455
The Tulalip Tribes of Washington I-5/116th Street NE Interchange Improvements Phase 4 Ramps Bid Solicitation No. 17-007 Contract Documents September 2017 Volume 1 of 3

The Tulalip Tribes of Washington - Quil Ceda Village

Embed Size (px)

Citation preview

The Tulalip Tribes of Washington

I-5/116th Street NEInterchange Improvements

Phase 4 Ramps

Bid Solicitation No. 17-007

Contract DocumentsSeptember 2017Volume 1 of 3

September 2017

I-5/116TH STREET NE INTERCHANGEIMPROVEMENTSPhase 4 Ramps

Bid Solicitation No. 17-007

Contract Documents

Prepared for

The Tulalip Tribes8802 27th Avenue NETulalip, WA 98271-9694

Prepared by

Parametrix719 2nd Avenue, Suite 200Seattle, WA 98104206-394-3700www.parametrix.com

CITATION

Parametrix. 2017. I-5/116th Street NEInterchange Improvements

Phase 4 RampsContract Documents

Prepared by Parametrix, Seattle, Washington.September 2017.

TABLE OF CONTENTS

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TC - i

VOLUME 1

DIVISION 0 – BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OFCONTRACT

NOTICE TO BIDDERSCONFIDENTIALITY AGREEMENTINSTRUCTIONS TO BIDDERSBID PROPOSAL FORMS BID PROPOSAL FORM NON-COLLUSION DECLARATIONNAOB WRITTEN CONFIRMATION DOCUMENTATIONBID GUARANTY AND CONTRACT BOND

FORM OF BID GUARANTY & CONTRACT BONDSTATEMENT OF INTENDED SURETYBID PROPOSAL BONDPAYMENT BONDPERFORMANCE BOND

TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO)CONTRACT FORMS

CONTRACT AGREEMENTINTERIM WAIVER AND RELEASE OF CLAIMSFINAL WAIVER AND RELEASE OF CLAIMS

BUYERS’ RETAIL SALES TAX EXEMPTION CERTIFICATE

AMENDMENTS TO WSDOT STANDARD SPECIFICATIONS

SPECIAL PROVISIONS

DIVISION 1GENERAL REQUIREMENTS

DESCRIPTION OF WORK ................................................................................................ SP-1 DEFINITIONS ............................................................................................................. SP-2BID PROCEDURES AND CONDITIONS ........................................................................... SP-6 PREQUALIFICATION OF BIDDERS ......................................................................... SP-6 PLANS AND SPECIFICATIONS ................................................................................. SP-8 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK ........................ SP-8 SUBSURFACE INFORMATION .................................................................................. SP-8 PROPOSAL FORMS .................................................................................................. SP-8 PREPARATION OF PROPOSAL ................................................................................ SP-8 PRE AWARD INFORMATION ..................................................................................... SP-9AWARD AND EXECUTION OF CONTRACT ................................................................... SP-10 CONSIDERATION OF BIDS ..................................................................................... SP-10 AWARD OF CONTRACT .......................................................................................... SP-10 EXECUTION OF CONTRACT ................................................................................... SP-10 CONTRACT BOND ................................................................................................... SP-10 FAILURE TO EXECUTE CONTRACT ....................................................................... SP-10

TABLE OF CONTENTS (CONTINUED)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TC - ii

RETURN OF BID DEPOSIT ...................................................................................... SP-10 JUDICIAL REVIEW ................................................................................................... SP-10SCOPE OF THE WORK .................................................................................................. SP-10 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SP-10 CHANGES ................................................................................................................ SP-10CONTROL OF WORK ..................................................................................................... SP-12 AUTHORITY OF THE ENGINEER ............................................................................ SP-12 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES ................... SP-13 CONTRACTOR SURVEYING - STRUCTURE ........................................................... SP-13 CONTRACTOR SURVEYING - ROADWAY .............................................................. SP-16 LICENSED SURVEYORS ......................................................................................... SP-19 CONTACTOR SURVEYING – ADA FEATURES ....................................................... SP-20 COOPERATION WITH OTHER CONTRACTORS ..................................................... SP-21 OTHER CONTRACTS OR OTHER WORK ............................................................... SP-21CONTROL OF MATERIAL .............................................................................................. SP-21 BUY AMERICA ......................................................................................................... SP-21LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................... SP-23 LAWS TO BE OBSERVED........................................................................................ SP-23 INDIAN PREFERENCE AND TRIBAL ORDINANCES ............................................... SP-23 STATE SALES TAX .................................................................................................. SP-31 FOREST PROTECTION AND MERCHANTABLE TIMBER REQUIREMENTS .......... SP-32 FOREST FIRE PREVENTION................................................................................... SP-32 MERCHANTABLE TIMBER REQUIREMENTS ......................................................... SP-32 ENVIRONMENTAL REGULATIONS ......................................................................... SP-33 ENVIRONMENTAL COMMITMENTS ........................................................................ SP-33

STATE DEPARTMENT OF FISH AND WILDLIFE ..................................................... SP-34 STATE DEPARTMENT OF ECOLOGY ..................................................................... SP-34 AIR QUALITY ........................................................................................................... SP-34 PERMITS AND LICENSES ....................................................................................... SP-34

LOAD LIMITS ........................................................................................................... SP-35WAGES .......................................................................................................................... SP-35 GENERAL ................................................................................................................ SP-35 REQUIREMENTS FOR NONDISCRIMINATION ....................................................... SP-36 SPECIAL TRAINING PROVISIONS .......................................................................... SP-43 EQUAL EMPLOYMENT OPPORTUNITY (EEO) RESPONSIBILITIES....................... SP-48 REQUIRED RECORDS AND RETENTION ............................................................... SP-49CONTRACTOR'S RESPONSIBILITY FOR WORK .......................................................... SP-49 REPAIR OF DAMAGE .............................................................................................. SP-49 RESPONSIBILITY FOR DAMAGE ............................................................................ SP-49 TEMPORARY WATER POLLUTION/EROSION CONTROL ...................................... SP-51 SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN .................... SP-52 PROTECTION AND RESTORATION OF PROPERTY .............................................. SP-52 VEGETATION PROTECTION AND RESTORATION ................................................. SP-52 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE .................................. SP-52

TABLE OF CONTENTS (CONTINUED)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TC - iii

GRATUITIES ............................................................................................................ SP-55PUBLIC CONVENIENCE AND SAFETY.......................................................................... SP-55 CONSTRUCTION UNDER TRAFFIC ........................................................................ SP-55 WORK ZONE CLEAR ZONE .................................................................................... SP-56 TRAFFIC BLOCKAGE FOR MAST ARM ERECTION ................................................ SP-61 SIGNAL TURN ON.................................................................................................... SP-61 ADVANCE NOTIFICATION ....................................................................................... SP-61 PUBLIC NOTIFICATION ........................................................................................... SP-62 PERSONAL LIABILITY OF PUBLIC OFFICERS........................................................ SP-62 NO WAIVER OF THE TULALIP TRIBES AND STATE’S LEGAL RIGHTS ................. SP-62PROSECUTION AND PROGRESS ................................................................................. SP-63 PRECONSTRUCTION CONFERENCE ..................................................................... SP-63

SUBCONTRACTING ................................................................................................ SP-63 PROSECUTION OF WORK ...................................................................................... SP-64 TIME FOR COMPLETION......................................................................................... SP-66 LIQUIDATED DAMAGES .......................................................................................... SP-67 TERMINATION OF CONTRACT ............................................................................... SP-69MEASUREMENT AND PAYMENT .................................................................................. SP-69 FORCE ACCOUNT ................................................................................................... SP-69 PAYMENT FOR MATERIAL ON HAND ..................................................................... SP-69 PAYMENTS .............................................................................................................. SP-69 DISPUTES AND CLAIMS ......................................................................................... SP-70 CLAIMS RESOLUTION............................................................................................. SP-70TEMPORARY TRAFFIC CONTROL ................................................................................ SP-70 TRAFFIC CONTROL MANAGEMENT ....................................................................... SP-70

TRAFFIC CONTROL LABOR, PROCEDURES, AND DEVICES ................................ SP-71

DIVISION 2EARTHWORK

CLEARING, GRUBBING, AND ROADSIDE CLEANUP ................................................... SP-71REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................................................... SP-73ROADWAY EXCAVATION AND EMBANKMENT ............................................................ SP-75

DIVISION 5SURFACE TREATMENTS AND PAVEMENTS

HOT MIX ASPHALT ........................................................................................................ SP-76ESAL'S ........................................................................................................................... SP-77

TABLE OF CONTENTS (CONTINUED)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TC - iv

DIVISION 6STRUCTURES

CONCRETE STRUCTURES ........................................................................................... SP-78RESIN BOND ANCHORS ......................................................................................... SP-79EPOXY BONDING AGENT FOR SURFACES AND STEEL REINFORCING BAR DOWELS ........................................................................................................................... SP-80FRACTURED FIN FINISH ......................................................................................... SP-80STRIATED FINISH.................................................................................................... SP-81SPLIT FACE FINISH ................................................................................................. SP-81BRIDGE SUPPORTED UTILITIES ........................................................................... SP-83CORE DRILLED BRIDGE DECK .............................................................................. SP-84

FINISHING CONCRETE SURFACES ....................................................................... SP-85PLACING ANCHOR BOLTS ..................................................................................... SP-85

CONCRETE BARRIER ................................................................................................... SP-87STRUCTURAL EARTH WALLS ...................................................................................... SP-87

DIVISION 7DRAINAGE STRUCTURES, STORM SEWERS, SANITARY

SEWERS, WATER MAINS, AND CONDUITSMANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............................................. SP-92WATER MAINS ............................................................................................................... SP-94VALVES FOR WATER MAINS ........................................................................................ SP-96SANITARY SEWERS ...................................................................................................... SP-98

DIVISION 8MISCELLANEOUS CONSTRUCTION

EROSION CONTROL AND WATER POLLUTION CONTROL ....................................... SP-100SEEDING, FERTILIZING AND MULCHING ................................................................... SP-101ROADSIDE RESTORATION ........................................................................................ SP-105CURBS, GUTTERS, AND SPILLWAYS ......................................................................... SP-113GUIDE POSTS.............................................................................................................. SP-113CHAIN LINK FENCE AND WIRE FENCE ...................................................................... SP-114CEMENT CONCRETE SIDEWALKS ............................................................................. SP-116ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL.............................. SP-117PERMANENT SIGNING ................................................................................................ SP-161 SIGN STRUCTURES .............................................................................................. SP-163ERROSION CONTROL AND ROADSIDE PLANINT (MATERIALS) ............................... SP-174STANDARD PLANS ...................................................................................................... SP-174

VOLUME 2Appendices

A WAGE RATESB PERMITS

TABLE OF CONTENTS (CONTINUED)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TC - v

C GEOTECHNICAL REPORTS

GEOTECHNICAL REPORT I-5, 116TH STREET NE INTERCHANGE IMPROVEMENTSPREPARED BY PANGEO INCORPORATED DATED NOVEMBER 30, 2011.

SUPPLEMENTED FINAL GEOTECHNICAL REPORT I-5, 116TH STREET NEINTERCHANGE IMPROVEMENTS PREPARED BY PANGEO INCORPORATED DATEDJULY 18, 2012.

FINAL GEOTECHNICAL REPORT, BRIDGE ONLY - I-5 116TH STREET NEINTERCHANGE IMPROVEMENTS PREPARED BY PANGEO INCORPORATED DATEDJULY 10, 2013

VOLUME 3CONTRACT PLANS

DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS, AND

CONDITIONS OF CONTRACT

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington NTB - 1

The Tulalip Tribes of Washington

Notice to Bidders

Sealed bid proposals will be received by The Tulalip Tribes of Washington, at the ConsolidatedBorough of Quil Ceda Village’s Office located at 8802 27thAvenue NE, Tulalip, Washington 98271-9694 for the following Project:

BID SOLICITATION NUMBER 17-007I-5/116th Street NE Interchange Improvements

in accordance with the Drawings and Specifications prepared by:Parametrix - 719 2nd Avenue, Suite 200 Seattle, WA 98104 - 206-394-3700

The Construction Manager for the Project is:The Tulalip Tribes of Washington 8802 27th Avenue NE Tulalip, WA 98271-9694

Attn: Ms. Debra Bray 425-754-2294 [email protected]

This Tulalip Tribes project provides for the improvement of the 116th Street NE Interchange existingdiamond interchange. The project includes constructing new I-5 ramps, structural earth retainingwalls, stormwater treatment facilities, signal, illumination, permanent signing, IntelligentTransportation System, and Temporary Erosion and Sediment Control, and other work, all inaccordance with the attached Contract Plans, these Contract Provisions, and the StandardSpecifications.Any Proposed Equal for a Standard shall be submitted to the Construction Manager no later thanten (10) days prior to the bid opening. If no Addendum is issued accepting the Proposed Equal, theProposed Equal shall be considered rejected.Native American Preference related to contracting, subcontracting, and suppliers in the project isrequired. Bidders shall abide by The Tulalip Code, Chapter 9.05 – TERO Code which providesIndian preference in contracting goods and services. Additionally, The Tulalip Tribes’ Board ofDirectors has the authority to require those employers subject to The Tulalip Code, Chapter 9.05 –TERO Code and applicable federal laws and guidelines, to give preference to Indians in hiring,promotions, training, and all other aspects of employment. Bidders shall comply with this Code andthe rules, regulations, and orders of the TERO Commission. For more information about The TulalipCode, Chapter 9.05 – TERO Code, contact The Tulalip Tribes’ TERO Department at 6406 MarineDrive, Tulalip, Washington 98271, Office (360) 716-4747 or Facsimile (360) 716-0249. The TulalipTERO Code is available for review on the Tulalip TERO website: http://www.tulaliptero.com/Sealed bids will be received for: until Wednesday, October 18, 2017 at 1:30 p.m. at which timeall bids will be opened and read aloud. All required bid documentation shall be submitted to thefront desk receptionist at the QCV – Administrative Office located at 8802 27th Avenue NE,Tulalip, WA by the scheduled bid date and times. ORAL, TELEPHONIC, FAXED, ORTELEGRAPHIC BIDS WILL NOT BE ACCEPTED.A non-mandatory pre-bid meeting will be held on Wednesday September 27, 2017 at 10:00 a.m.,at the following location: 116th Street Job Shack located at 11404-34th Ave NE, Tulalip, WA. Thefollowing is applicable to federal nexus projects.

The Tulalip Tribes in accordance with Title VI of the Civil Rights Act of 1964, 78Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations,Department of Transportation, subtitle A, Office of the Secretary, Part 21,nondiscrimination in federally assisted programs of the Department ofTransportation issued pursuant to such Act, hereby notifies all bidders that it will

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington NTB - 2

affirmatively insure that in any contract entered into pursuant to this advertisement,disadvantaged business enterprises will be afforded full opportunity to submit bidsin response to this invitation and will not be discriminated against on the grounds ofrace, color or national origin in consideration for an award.

All pre-bid questions and clarifications should be made in writing to the Construction Manager nolater than five (5) working days prior to bid opening. Any and all such clarifications and anysupplemental instructions will be in the form of written addenda, if issued or responded to. Be sureto include in the address of the correspondence the words “PRE-BID QUESTION”.The bid documents may also be reviewed for bidding purposes by the following means andmethods:1. On the Internet – Free of Charge:

Plans, specifications, addenda, bidders list, and plan holders list for this project are availablethrough the Consolidated Borough of Quil Ceda Village – Tulalip Tribes’ online plan room. Freeof charge access is provided to Prime Bidders, Subcontractors, and Vendors by going to:<http://www.quilcedavillage.org> and clicking on: “Government” then “ProjectManagement” then scroll to the heading “Tulalip Tribes Bidding Opportunities”. This onlineplan room provides Bidders with fully usable online documents; with the ability to download andprint to your own printer. Contact The Tribes’ Construction Manager listed above should yourequire assistance.Plans, Specifications, Addenda, Bidders List, and Plan Holders List for this project are alsoavailable through the Consolidated Borough of Quil Ceda Village – Tulalip Tribes’ online planroom with Builders Exchange of Washington. Free of charge access is provided to PrimeBidders, Subcontractors, and Vendors by going to: “http://bxwa.com” and clicking on: “PostedProjects”; “Public Works”, “Tribal Agencies”, “Consolidated Borough of Quil CedaVillage – Tulalip Tribes”, and “Projects Bidding”. Bidders are encouraged to “Register” inorder to receive automatic email notification of future addenda and to place themselves on theself-registered “Bidders List”. This online plan room provides Bidders with fully usable onlinedocuments; with the ability to: download, print to your own printer, order full/partial plan setsfrom numerous reprographic sources (online print order form), and a free online digitizer/take-off tool. Contact Builders Exchange of Washington at 425-258-1303 should you requireassistance.

2. For review at the following locations during normal business hours:Consolidated Borough of Quil Ceda Village Builders Exchange of Washington, Inc.8802 27th Avenue NE 2607 Wetmore AvenueTulalip, WA 98271-9694 Everett, WA 98201(360) 716-5024 office http://www.bxwa.com

(425) 258-1303 office(425) 259-3832 facsimile

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington CA-1

The Tulalip Tribes of Washington

CONFIDENTIALITY AGREEMENT

Upon award of a Contract the successful Bidder shall provide the Tulalip Tribes of Washingtonwith a completed and signed Confidentiality Agreement as setforth herein. Successful Bidder shallalso provide the Tulalip Tribes of Washington with a Confidentiality Agreement Completed andsigned by all lower tier contractors and/or suppliers whom may perform Work on the Project.

I / we, the undersigned, have been provided certain confidential and proprietary information(“Confidential Information”) regarding the Tulalip Tribes of Washington for the Project identifiedas I-5/116th St NE Interchange Improvements Phase 4 Ramps (“Project”). “ConfidentialInformation” shall include, without limitation, all financial information, data, materials, products,manuals, business plans, marketing plans, Project design documents, or other informationdisclosed or submitted orally, in writing, or by any other media.

The undersigned acknowledges that this Confidential Information is sensitive andconfidential in nature, and that the disclosure of this information to anyone not partof this agreement would be damaging to the Tulalip Tribes of Washington.In consideration of the premises herein contained, I / we understand and agree thatI / we will not disclose any “Confidential Information” regarding this “Project” to anyperson(s) not privy to this agreement. Furthermore, I / we will not disclose any ofthis information directly or indirectly to any competitor of the Tulalip Tribes ofWashington.

Agreed to and accepted:

Signature:

Title:

Printed Name:

DATE:

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-1

The Tulalip Tribes of Washington

INSTRUCTIONS TO BIDDERS

The Tulalip Tribes of Washington hereby invite you to submit a Bid Proposal for this project.

Article 1 ....................................................................... Contract InformationArticle 2 ....................................................................... Bidding ProceduresArticle 3 ....................................................................... Bid Opening & Consideration of BidsArticle 4 ....................................................................... Withdrawal of BidArticle 5 ....................................................................... Bid EstimateArticle 6 ....................................................................... Bid Guaranty and Contract BondArticle 7 ....................................................................... Contract Award and ExecutionArticle 8 ....................................................................... Applicable Law and Forum

ARTICLE 1 – CONTRACT INFORMATION1.1 PROJECT BID REQUIREMENTS

1.1.1 The Tulalip Tribes of Washington’s Board of Directors has the authority to requirethose employers subject to The Tulalip Code, Chapter 9.05 – TERO Code andapplicable federal laws and guidelines, to give preference to Indians in hiringpromotions, training and all other aspects of employment contracting andsubcontracting, and to give preference to Indians in contracting goods andservices. Bidders and must comply with The Tulalip Code, Chapter 9.05 – TEROCode and the rules, regulations and orders of the TERO Commission.

1.1.2 With respect to each Project / Contract of $10,000 or more, operating within theexterior boundaries of the Tulalip Reservation or on Tribal Projects off theReservation, the Contractor shall pay a onetime Fee of 1.75% of the total Project /Contract cost, i.e., equipment labor, materials and operations and any increase ofthe Contract / Project or Subcontract amount. If the Contractor initially enters into aContract of less the $10,000, but subsequent changes in the Work increases thetotal Contract / Project amount to $10,000 or more, the TERO Fee shall apply tothe total amount including increases.

1.1.3 The General Contractor shall be responsible for paying all TERO fees, includingthose attributable to the subcontractors. The fee shall be due in full prior tocommencement of any work under the Contract / Project. However, where goodcause is shown, the TERO Representative may authorize the General Contractorto pay said fee in installments over the course of the contract, when:1.1.3.1 The decision whether to authorize an alternative arrangement, which, if

allowed, shall be in writing, shall rest solely with the discretion of theTERO Representative.

1.1.4 Whenever an employer or union would be required by any provision of The TulalipCode, Chapter 9.05 – TERO Code to give preference in employment, such

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-2

preference shall be given to the following persons in the following enumeratedorder:a) Enrolled Tulalip Tribal Membersb) Spouses, Parent of a tribal member child, biological child born to an

enrolled Tulalip Tribal Member, current legal guardian of a Tribal Memberdependent child (with a proper letter of temporary or permanent legalguardianship from a court), or a tribal member in a domestic partnerrelationship (with documentation).

c) Other Natives/Indians shall mean any member of a federally recognizedIndian tribe, nation or band, including members of federally recognizedAlaskan Native villages or communities.

d) Spouse of federally recognized Native Americane) Regular current employees of the all Tulalip Tribal entitiesf) OtherWhere prohibited by applicable Federal law or contractual agreements, the aboveorder of preference shall not apply. In such cases, preference shall be given inaccordance with the applicable Federal law or contract.

1.1.5 The preference requirements contained in The Tulalip Code, Chapter 9.05 – TEROCode shall be binding on all contractors and subcontractors, regardless of tier, andshall be deemed a part of all resulting contract agreements.

1.1.6 For more information about The Tulalip Code, Chapter 9.05 – TERO Code, contactthe Tulalip Tribes‟ TERO Department at 6406 Marine Drive, Tulalip,Washington 98271, Office (360) 716-4747 or Facsimile (360) 716-0249. TheTulalip TERO Code is available for review on the Tulalip TERO website:http://www.tulaliptero.com.

1.1.7 The following requirements apply to the Bid Award Criteria and Procedures for theProject:1.1.7.1 Bidding is not restricted to certified Native American Owned Businesses.1.1.7.2 The Contract will be awarded based on the “Weight of Award” point

system pursuant to paragraph IB 3.5.2.1.1.7.3 Minimum TERO Participation Requirements for Employment:

1.1.7.3.1 A minimum of fifteen percent (15%) of the entire project workforce and (15%) including each subcontractor shall be“Preferred Employees” as defined in The Tulalip Code,Chapter 9.05 – TERO Code.

1.1.7.3.2 The total number of “Preferred Employees” employed by theBidder, and those employed by its subcontractors shall beused to determine if Bidder satisfies the minimum requirement.

1.1.7.3.3 Bidders are encouraged to exceed the minimum requirementfor employment.

1.1.7.4 Minimum TERO Participation Requirements in contracting with TulalipTribal Member NAOB Subcontractors and Suppliers:

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-3

1.1.7.4.1 Bidder shall contract with a minimum number of five (5)certified Tulalip Tribal Member NAOB firms with individualcontract values greater than $50,000 to be consideredresponsive and responsible.

1.1.7.4.2 The total value of NAOB contracted work shall be a minimumof twenty percent (20%) of the total Bid Proposal Price, andthe total value of Tulalip Tribal Member NAOB contracted workshall be a minimum of fifteen percent (15%) of the total BidProposal Price.

1.1.7.4.3 Bidders are encouraged to exceed the minimum requirementsfor Tulalip Tribal Member NAOB Subcontractors andSuppliers.

1.1.7.4.4 Bidders shall list their Tulalip Tribal Member NAOBSubcontractors and Suppliers on the Bid Form in Section IV A,pursuant to paragraph IB 3.5.6.

1.1.7.5 Minimum TERO Participation Requirements in contracting with NAOBSubcontractors and Suppliers:1.1.7.5.1 Bidders are encouraged to contract with NAOB Subcontractors

and Suppliers.1.1.7.5.2 Bidders shall list their NAOB Subcontractors and Suppliers on

the Bid Form in Section IV B, pursuant to paragraph IB 3.5.6.1.1.7.6 Bidder shall be considered nonresponsive if they do not meet the

minimum requirements contained in this paragraph IB 1.1.7.1.2 NOT USED.1.3 GIVING NOTICE

1.3.1 Whenever any provision of the Contract Documents requires the giving of notice,such notice shall be deemed to have been validly given if delivered personally tothe individual or to a member of the entity for whom the notice is intended, or ifdelivered at or sent by registered or certified mail, postage prepaid, to the lastbusiness address of such individual or entity known to the giver of the notice.1.3.1.1 All notices provided to the Bidder from the Construction Manager shall be

copied to the Engineer.1.3.1.2 All notices provided to the Bidder from the Engineer shall be copied to the

Construction Manager.1.3.1.3 All notices provided to the Engineer from the Bidder shall be copied to the

Construction Manager.1.3.1.4 All notices provided to the Construction Manager from the Bidder shall be

copied to the Engineer.1.3.2 When any period of time is referred to in the Contract Documents by days, it shall

be computed to exclude the first, and include the last, day of such period. If the lastday of any such period falls on a Saturday, Sunday, or a legal holiday, such daywill be omitted from the computation and such period shall be deemed to end onthe next succeeding day which is not a Saturday, Sunday, or legal holiday.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-4

1.3.3 The effective date of any and all notices, regardless of the method of delivery, shallbe the date of receipt.

1.4 USE OF FACSIMILE TRANSMISSION1.4.1 Any notice required to be given by the Contract Documents may be given by

facsimile transmission, provided the original signed notice is delivered pursuant toparagraph IB 1.3.1.

1.4.2 Notice of withdrawal of a bid may be given by facsimile transmission provided anoriginal signed document is received within three (3) business days of the facsimiletransmission.

ARTICLE 2 - BIDDING PROCEDURES2.1 EXAMINATION OF CONTRACT DOCUMENTS AND PROJECT SITE

2.1.1 The Bidder shall examine all Contract Documents, including without limitation theDrawings and Specifications for all divisions of Work for the Project, notingparticularly all requirements which will affect the Bidder's Work in any way. Inaddition, the Bidder must carefully examine all Contract Documents because lawsand rules applicable to other Tribal projects are not necessarily applicable to thisProject.

2.1.2 Failure of a Bidder to be acquainted with the extent and nature of Work required tocomplete any applicable portion of the Work, in conformity with all requirements ofthe Project as a whole wherever set forth in the Contract Documents, will not beconsidered as a basis for additional compensation.

2.1.3 The Bidder shall evaluate the Project site and related Project conditions where theWork will be performed, including without limitation the following:2.1.3.1 The condition, layout and nature of the Project site and surrounding area;2.1.3.2 The availability and cost of labor;2.1.3.3 The availability and cost of materials, supplies and equipment;2.1.3.4 The cost of temporary utilities required in the bid;2.1.3.5 The cost of any permit or license required by a local or regional authority

having jurisdiction over the Project;2.1.3.6 The generally prevailing climatic conditions;2.1.3.7 Conditions bearing upon transportation, disposal, handling, and storage

of materials.2.1.4 Unless otherwise specified in the Contract Documents, borings, test excavations

and other subsurface information, if any, are provided solely to share informationavailable to the Tulalip Tribes of Washington and any use of, or reliance upon,such items by the Bidder is at the risk of the Bidder. The Bidder shall be affordedaccess to the Project site to obtain the Bidder’s own borings, test excavations andother subsurface information upon request made to the Construction Manager notless than ten (10) days prior to the opening of the bids.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-5

2.2 PRE-BID MEETING2.2.1 The Bidder is not required to attend any pre-bid meetings, but one will be

scheduled, where the Engineer and the Construction Manager will answerquestions regarding the Contract Documents.

2.2.2 The Construction Manager, with the assistance of the Engineer, shall prepareminutes of the pre-bid meeting for the Project record, which will be provided to aBidder upon request.

2.2.3 Failure of the Bidder to attend the pre-bid meeting, or to obtain the minutes thereof,which results in the Bidder not being fully acquainted with the requirements of theProject, will not be considered as a basis for additional compensation.

2.2.4 If not given in the Notice to Bidders, notice of the time and place of any pre-bidmeeting to be held will be given by the Engineer to each person of record holdingContract Documents.

2.3 INTERPRETATION2.3.1 If the Bidder finds any perceived ambiguity, conflict, error, omission or discrepancy

on or between any of the Contract Documents, including without limitation theDrawings and Specifications, or between any of the Contract Documents and anyapplicable provision of law, including without limitation, the current InternationalBuilding Code, the Bidder shall submit a written request to the Engineer, throughthe Construction Manager, for an interpretation or clarification.2.3.1.1 The Bidder shall be responsible for prompt delivery of such request.2.3.1.2 In order to prevent an extension of the bid opening, the Bidder is

encouraged to make all requests for interpretation or clarification aminimum of seven (7) days before the bid opening.

2.3.2 If the Engineer determines that an interpretation or clarification is warranted, theEngineer shall issue an Addendum and the Construction Manager shall provide acopy to each person of record holding Contract Documents in accordance withparagraph IB 1.3. Any Addendum shall be deemed to have been validly given if itis delivered via facsimile, issued and mailed, or otherwise furnished to each personof record holding the Contract Documents. If any Addendum is issued within 72hours prior to the published time for the bid opening, excluding Saturdays,Sundays and legal holidays, the bid opening shall automatically be extended one(1) week, with no further advertising required.

2.3.3 Any interpretation or clarification of the Contract Documents made by any personother than the Engineer, or in any manner other than a written Addendum, shall notbe binding and the Bidder shall not rely upon any such interpretation orclarification.

2.3.4 The Bidder shall not, at any time after the execution of the Contract, becompensated for a claim alleging insufficient data, incomplete, ambiguous,conflicting or erroneous Contract Documents, any discrepancy on or betweenContract Documents, or incorrectly assumed conditions regarding the nature orcharacter of the Work, if no request for interpretation or clarification regarding suchmatter was made by the Bidder prior to the bid opening.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-6

2.4 STANDARDS2.4.1 The articles, devices, materials, equipment, forms of construction, fixtures and

other items named in the Specifications to denote kind quality or performancerequirement shall be known as Standards and all bids shall be based upon thoseStandards.

2.4.2 Where two or more Standards are named, the Bidder may furnish any one of thoseStandards.

2.5 NOT USED.2.6 BID FORM

2.6.1 Each bid shall be submitted on the Bid Form and sealed in an envelope clearlymarked as containing a bid, indicating the Project name, the Contractor scope ofwork, and the date of the bid opening on the envelope.2.6.1.1 Any change, alteration or addition in the wording of the Bid Form by a

Bidder may cause the Bidder to be rejected as not responsible for awardof a Contract.

2.6.1.2 Unless the Bidder withdraws the bid as provided in IB Article 4, the Bidderwill be required to comply with all requirements of the ContractDocuments, regardless of whether the Bidder had actual knowledge ofthe requirements and regardless of any statement or omission made bythe Bidder which might indicate a contrary intention.

2.6.2 The Bidder shall fill in all relevant blank spaces in the Bid Form in ink or bytypewriting and not in pencil.2.6.2.1 The Bidder shall show bid amounts for the Total Base Bid and any

Alternate(s) in both words and figures. In the case of a conflict betweenthe words and figures, the amount shown in words shall govern, wheresuch words are not ambiguous. When the Bidder's intention and themeaning of the words are clear, omissions or misspellings of words willnot render the words ambiguous.

2.6.2.2 Any alteration or erasure of items filled in on the Bid Form shall beinitialed by the Bidder in ink.

2.6.3 When an Alternate is listed on the Bid Form, the Bidder shall fill in the applicableblank with an increased or decreased bid amount. The Tulalip Tribes ofWashington reserves the right to accept or reject any or all bids on Alternates, inwhole or in part, and in any order. Voluntary Alternates submitted by a Bidder areprohibited from becoming the basis of the Contract award.2.6.3.1 If no change in the bid amount is required, indicate "No Change" or "$0

dollars".2.6.3.2 Failure to make an entry or an entry of "No Bid," "N/A," or similar entry for

any Alternate by a Bidder may cause the Bidder to be rejected asnonresponsive only if that Alternate is selected.

2.6.3.3 If an Alternate is not selected, an entry by a Bidder as listed in paragraphIB 2.6.3.2 on that Alternate will not, by itself, render a Biddernonresponsive.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-7

2.6.3.4 In a combined bid, a blank entry or an entry of "No Bid," "N/A," or similarentry on an Alternate will cause the bid to be rejected as nonresponsiveonly if that Alternate applies to the combined bid and that Alternate isselected.

2.6.4 Each bid shall contain the name of every person interested therein. If the Bidder isa corporation, partnership, sole proprietorship, or limited liability company, anofficer, partner or principal of the Bidder, as applicable, shall print or type the legalname of the Bidder on the line provided and sign the Bid Form. If the Bidder is ajoint venture, an officer, partner or principal, as applicable, of each member of thejoint venture shall print or type the legal name of the applicable member on the lineprovided and sign the Bid Form on behalf of that member. All signatures must beoriginal.

2.6.5 Subject to the provisions of this paragraph IB 2.6, the completed Bid Form of theBidder with whom the Tulalip Tribes of Washington executes a Contract Form shallbe incorporated into the Contract Form as if fully rewritten therein.

2.7 REQUIRED SUBMITTALS WITH BID FORM2.7.1 A Bidder shall be rejected as nonresponsive if the Bidder fails to submit the

following submittals with the Bid Form in a sealed envelope:2.7.1.1 If the Bid is restricted to certified Tulalip Tribal Member NAOBs or

NAOBs, then Bidder shall submit evidence of certification from the TulalipTribes‟ TERO office as being a certified NAOB for the identified NAOBcategory.

2.7.1.2 A Bid Guaranty as provided in paragraph IB 6.1.2.7.1.3 A Power of Attorney of the agent signing for a Surety which is licensed in

Washington, when a Bid Guaranty and Contract Bond is submitted.2.7.1.4 Native American Owned Business Written Confirmation Documentation

for each Tulalip Tribal Member NAOB and NAOB firm listed on theBidder’s Bid Form.

2.8 UNIT PRICES2.8.1 When Unit Prices are requested on the Bid Form, the scheduled quantities listed

are to be considered as approximate and are to be used only for the comparison ofbids for purposes of award of the Contract and to determine the maximum quantityto be provided without a Change Order. If Unit Prices are stated to be sought onlyfor informational purposes, they shall not be used for comparison of bids.

2.8.2 Unless otherwise specified in the Contract Documents, the Unit Prices set forthshall include all materials, equipment, labor, delivery, installation, overhead, profitand any other cost or expense, in connection with or incidental to, the performanceof that portion of the Work to which the Unit Prices apply. The Bidder shall submitUnit Prices for all items listed unless other instructions are stated on the Bid Form.

2.8.3 Where there is a conflict between a Unit Price and the extension thereof made bythe Bidder, the Unit Price shall govern and a corrected extension of such Unit Priceshall be made and such corrected extension shall be used for the comparison ofthe bids and to determine the maximum quantity to be provided without a ChangeOrder.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-8

2.8.4 The Bidder agrees that the Tulalip Tribes of Washington may increase, decreaseor delete entirely the scheduled quantities of Work to be done and materials to befurnished after execution of the Contract Form.

2.8.5 Payments, except for lump sum items in Unit Price Contracts, will be made to theContractor only for the actual quantities of Work performed or materials furnishedin accordance with the Contract Documents.

2.8.6 If the cost of an item for which a Unit Price is stated in the Contract changessubstantially so that application of the Unit Price to the quantities of Work proposedwill create an undue hardship on the Tulalip Tribes of Washington or theContractor, the applicable Unit Price may be equitably adjusted by Change Order.

2.9 CHANGE IN THE BID AMOUNT2.9.1 Any change to a previously submitted bid shall be made in writing and must be

received by the Tulalip Tribes of Washington before the time scheduled for the bidopening, as determined by the employee or agent of the Tulalip Tribes ofWashington designated to open the bids.

2.9.2 Changes shall provide an amount to be added or subtracted from the bid amount,so that the final bid amount can be determined only after the sealed envelope isopened.

2.9.3 If the Bidder's written instruction reveals the bid amount in any way prior to the bidopening, the bid shall not be opened or considered for award of a Contract.

2.10 COPIES OF THE DRAWINGS AND SPECIFICATIONS2.10.1 The Contractor shall maintain at the Project site the permits and one (1) complete

set of Drawings and Specifications approved by the Tribes, city, local or statebuilding department having lawful jurisdiction over the project.

2.10.2 Unless otherwise specified in the Contract Documents, the Engineer, through theConstruction Manager, shall furnish to the Contractor, free of charge, four (4) setsof Drawings and Specifications if the Contract price is $500,000 or less, and seven(7) sets of Drawings and Specifications if the Contract price is in excess of$500,000.

ARTICLE 3 – BID OPENING AND CONSIDERATION OF BIDS3.1 DELIVERY OF BIDS

3.1.1 It is the responsibility of the Bidder to submit the bid to the Tulalip Tribes ofWashington at the designated location prior to the time scheduled for bid opening.

3.1.2 If the bid envelope is enclosed in another envelope for the purpose of delivery, theexterior envelope shall be clearly marked as containing a bid with the Projectname, the scope of Work or Contract and the date of the bid opening shown on theenvelope.

3.1.3 No bid shall be considered if it arrives after the time set for the bid opening asdetermined by the employee or agent of the Tulalip Tribes of Washingtondesignated to open the bids.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-9

3.2 BID OPENING3.2.1 Sealed bids will be received at the office designated in the Notice to Bidders until

the time stated when all bids will be opened, read aloud and the tabulation madepublic.

3.2.2 The public opening and reading of bids is for informational purposes only and isnot to be construed as an acceptance or rejection of any bid submitted.

3.2.3 The contents of the bid envelope shall be a public record and open for inspection,upon request, at any time after the bid opening.

3.3 BID OPENING EXTENSION3.3.1 If any Addendum is issued within 72 hours prior to the published time for the bid

opening, excluding Saturdays, Sundays and legal holidays, the bid opening shallautomatically be extended one (1) week, with no further advertising required.

3.4 BID EVALUATION CRITERIA3.4.1 The Tulalip Tribes of Washington reserves the right to accept or reject any bid or

bids and to award the Contract to any remaining Bidder the Tulalip Tribes ofWashington determines to be the lowest responsive and responsible Bidderpursuant to paragraph IB 3.5.1 or the most responsive and responsible Bidderpursuant to paragraph IB 3.5.2 The Tulalip Tribes of Washington reserves the rightto accept or reject any or all Alternates, in whole or in part, and the right to rejectany Alternate or Alternates and to accept any remaining Alternate or Alternates.Alternates may be accepted or rejected in any order.

3.4.2 The Tulalip Tribes of Washington may reject the bid of any Bidder who hasengaged in collusive bidding.

3.4.3 The Tulalip Tribes of Washington reserves the right to waive, or to allow anyBidder a reasonable opportunity to cure, a minor irregularity or technical deficiencyin a bid, provided the irregularity or deficiency does not affect the bid amount orotherwise give the Bidder a competitive advantage. Noncompliance with anyrequirement of the Contract Documents may cause a Bidder to be rejected.

3.4.4 The Tulalip Tribes of Washington may reject all bids for one or more bid packages,prior to, during or after evaluation of Bidders pursuant to paragraph IB 3.5.8, andmay advertise for other bids, using the original estimate or an amended estimate,for such time, in such form and in such newspapers as the Tulalip Tribes ofWashington may determine.

3.5 BID EVALUATION PROCEDURE3.5.1 The Contract will be awarded to the lowest responsive and responsible Bidder as

determined in the discretion of the Tulalip Tribes of Washington, unless Biddersare advised during the bidding process award will be made pursuant to paragraphIB 3.5.2, or all bids will be rejected in accordance with applicable Tribal Ordinancesor Codes.3.5.1.1 In determining which Bidder is lowest responsive and responsible, the

Tulalip Tribes of Washington shall consider the Base Bid, the bids for anyAlternate or Alternates and the bids for any Unit Price or Unit Priceswhich the Tulalip Tribes of Washington determines to accept.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-10

3.5.1.2 If the Request for Bid Proposal is not restricted to certified NAOB firmspreference in the Bid Award will be given to the certified NAOB firm withthe lowest responsive bid if that bid is within budgetary limits establishedfor the project or activity for which the bids are being taken and no morethan “X” higher than the bid prices of the lowest responsive bid from anycertified non-NAOB bidder as set forth in The Tulalip Code, Chapter 9.05– TERO Code paragraph 9.05.340 (3).

3.5.1.3 The total of the bids for accepted Alternate(s) and Unit Price(s) will beadded to the Base Bid for the purpose of determining the lowest Bidder.

3.5.1.4 If two or more Bidders submit the same bid amount and are determined tobe responsive and responsible, the Tulalip Tribes of Washington reservesthe right to select one Bidder in the following manner:3.5.1.4.1 If the Request for Bid Proposal is restricted to NAOB Firms

and a majority of the funds used to pay the contract orsubcontract are derived from Tulalip tribal resourcespreference shall be given to the certified Tulalip Tribal MemberNAOB Firms; otherwise, selection shall be by lot in thepresence of all such Bidders in such a manner as theConstruction Manager shall determine and such selection shallbe final.

3.5.1.4.2 If the Request for Bid Proposal is restricted to Tulalip TribalMember Owned NAOB Firms selection shall be by lot in thepresence of all such Bidders in such a manner as theConstruction Manager shall determine and such selection shallbe final.

3.5.1.4.3 If the Request for Bid Proposal is not restricted to NAOB Firmsselection shall be by lot in the presence of all such Bidders insuch a manner as the Construction Manager shall determineand such selection shall be final.

3.5.2 When listing “Preferred Employees” related to Section I – KEY EMPLOYEES OFBIDDER shall only list KEY “Preferred Employees” committed to be employed byBidder in the performance of Bidder’s self-performed scope of work.3.5.2.1 Key Employees are employees who are in a top supervisory position or

performs a critical function such that an employer would risk likelyfinancial damage or loss if that task were assigned to a person unknownto the employer.

3.5.2.2 To be eligible for the award of points under this section Preferred KeyEmployees of Bidder shall be employed by the Bidder on the Project for100% of the time the Bidder has crews on site performing work.Company owners are not eligible for the award of points under thissection.

3.5.3 When listing “Preferred Employees” related to Section II – PREFERREDEMPLOYEES Bidder shall only list the number of “Preferred Employees” by eachtrade committed to be employed by Bidder in the performance of Bidder’s self-performed scope of work.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-11

3.5.3.1 To be eligible for the award of points under this section PreferredEmployees shall be employed by the Bidder on the Project for a minimumof 80% of the time the Bidder has crews on site performing work.Company owners are not eligible for the award of points under thissection.

3.5.4 Bidder shall not list the name of a “Preferred Employee” in more than one section.Should a “Preferred Employee” be listed in more than one section (i.e., Section I orII) the so named “Preferred Employee” will only be considered under Section I –KEY EMPLOYEES as a basis for award of points.

3.5.5 When listing lower tiered subcontractors and or suppliers related to Section IV –LIST OF LOWER TIERED SUBCONTRACTOR(S) AND OR SUPPLIER(S) Biddershall identify the type of enterprise or organization Bidder intends to contract within the columns titled “Type of Lower-Tier”. If Bidder intends to subcontract a certainportion of the work with a certified NAOB subcontractor, Bidder shall so designateby placing an “X” in the column titled “SUB” (abbreviated for subcontractor). IfBidder intends to purchase a certain portion of the work through a certified NAOBmaterial supplier, Bidder shall so designate by placing an “X” in the column titled“SUP” (abbreviated for supplier). Bidder shall be awarded 100% of the value of thework subcontracted with a certified NAOB and ten-percent (10%) of the value ofthe work purchased through a certified NAOB material supplier in thedetermination of awarded points related to Section IV.3.5.5.1 It is the expressed intent of paragraph IB 3.5.6 to encourage Bidders to

contract with certified NAOB Firms in which the Bidder and enterprise ororganization have no proprietary relationship (“Unrelated NAOB”). Pointswill only be awarded for contracting with Unrelated NAOB Firms.

3.5.5.2 In determining the award of points under paragraph IB 3.5.6, Lower tieredNAOB Firms shall have no proprietary relationship with other lower tieredNAOB Firms.

3.5.5.3 In determining the award of points under paragraph IB 3.5.6, equipment(unoperated) and tool rentals shall be considered as a supplier. Trucking(Dump, Low-boy, Long haul, etc.) and Operated Equipment Rental shallbe considered as a subcontractor.

3.5.5.4 When Section IV – LIST OF LOWER TIERED SUBCONTRACTOR(S)AND OR SUPPLIER(S) is further defined by paragraph IB 1.1.7, whichmay include minimum requirements for contracting with Tulalip TribalMember NAOB firms and NAOB firms, the provisions of paragraph IB3.5.6 shall be applied to Tulalip Tribal Member NAOB and NAOBcategories as defined by The Tulalip Code, Chapter 9.05 – TERO Code.

3.5.6 In determining whether a Bidder is responsible, factors to be considered include,without limitation:3.5.6.1 Whether the Bidder’s bid responds to the Contract Documents in all

material respects and contains no irregularities or deviations from theContract Documents which would affect the amount of the bid orotherwise give the Bidder a competitive advantage.

3.5.6.2 Preference to Indians in hiring promotions, training and all other aspectsof employment contracting and subcontracting;

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-12

3.5.6.3 Preferences required by Tribal Ordinances, Codes, or Laws;3.5.6.4 The experience of the Bidder;3.5.6.5 The financial condition of the Bidder;3.5.6.6 The conduct and performance of the Bidder on previous contracts;3.5.6.7 The facilities of the Bidder;3.5.6.8 The management skills of the Bidder;3.5.6.9 The ability of the Bidder to execute the Contract properly;3.5.6.10 The evaluation of a bid below the median of other bids pursuant to

paragraph IB 5.2.3.5.6.11 Bidder’s commitment to Safety and worker training.

3.5.7 The Construction Manager may obtain from the lowest or most responsive andresponsible Bidder, as applicable, and such other Bidders as the ConstructionManager determines to be appropriate any information appropriate to theconsideration of factors showing responsibility, including without limitation thefollowing:3.5.7.1 The two most responsive and responsible bidders will be requested to

submit further documentation for both TERO Preferred Employment andthe Tulalip Tribal Member NAOB and NAOB Subcontractor and Suppliersutilization commitments listed on the Bidder’s Bid Form.3.5.7.1.1 Supplemental Documentation to be submitted to for each

TERO Preferred Employee listed on the Bid Proposal Formsincludes, but is not limited to:3.5.7.1.1.1 Proof of Enrollment issued by a Federally

Recognized Indian Tribe or Alaska NativeCorporation; or

3.5.7.1.1.2 A signed letter issued by the Tulalip TERO Officecertifying that the listed individuals are PreferredEmployees.

3.5.7.1.1.3 Bidders shall provide a project staffing plan or amanpowered loaded schedule for the projectidentifying when the Preferred Employees will beemployed on the project and the duration thereof.

3.5.7.1.2 Additional information to be submitted to for each NAOB listedon the Bid Form includes, but is not limited to:3.5.8.1.2.1 Correct business name, federal employee

identification number (if available), and mailingaddress.

3.5.7.1.2.2 List of all bid items assigned to each successfulTulalip Tribal Member NAOB or NAOB firm,including unit prices and extensions (ifapplicable).

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-13

3.5.7.1.2.3 Description of partial items (if any) to be sublet toeach successful Tulalip Tribal Member NAOB orNAOB firm specifying the distinct elements ofwork to be performed by the Tulalip TribalMember NAOB or NAOB firm and including thedollar value of the Tulalip Tribal Member NAOBor NAOB firm’s portion.

3.5.7.1.2.4 Submit evidence of certification for the TulalipTribal Member NAOB or NAOB.

3.5.7.1.3 Total amounts shown for each Tulalip Tribal Member NAOB orNAOB firm shall not be less than the amount shown on the BidForm. This submittal, showing the Tulalip Tribal MemberNAOB or NAOB firm work item breakdown, when accepted bythe Contracting Agency and resulting in contract execution,shall become a part of the contract. A breakdown that does notconform to the Tulalip Tribal Member NAOB or NAOButilization certified on the Bid Form or that demonstrates alesser amount of Tulalip Tribal Member NAOB or NAOBparticipation than that included on the Bid From will bereturned for correction. The contract will not be executed bythe Contracting Agency until a satisfactory breakdown hasbeen submitted.

3.5.7.2 Overall experience of the Bidder, including number of years in businessunder present and former business names;

3.5.7.3 Complete listing of all ongoing and completed public and privateconstruction projects of the Bidder in the last three years, including thenature and value of each contract and a name/address/phone number foreach owner;

3.5.7.4 Complete listing of any public or private construction projects for whichthe Bidder has been declared in default; also, any EPA, OSHA, WISHA orother regulating entity issues or citations in the last ten (10) years;

3.5.7.5 Certified financial statement and bank references;3.5.7.6 Description of relevant facilities of the Bidder;3.5.7.7 Description of the management experience of the Bidder’s project

manager(s) and superintendent(s);3.5.7.8 Complete list of subcontractors which the Bidder proposes to employ on

the Project;3.5.7.9 Current Washington Workers' Compensation Certificate or other similar

type documentation supporting workers‟ compensation coverage;3.5.7.10 Worker’s Compensation Rating for current and previous 5 years; and3.5.7.11 If the Bidder is a foreign corporation, i.e., not incorporated under the laws

of Washington, a Certificate of Good Standing from the Secretary of Stateshowing the right of the Bidder to do business in the State; or, if theBidder is a person or partnership, the Bidder has filed with the Secretaryof State a Power of Attorney designating the Secretary of State as the

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-14

Bidder's agent for the purpose of accepting service of summons in anyaction brought under this Contract.

3.5.8 Each such Bidder’s information shall be considered separately and notcomparatively. If the lowest or most responsive Bidder, as applicable, isresponsible, the Contract shall be awarded to such Bidder or all bids are rejected.

3.5.9 If the lowest or most responsive Bidder, as applicable, is not responsible, and allbids are not rejected, the Tulalip Tribes of Washington shall follow the procedureset forth in paragraph IB 3.5.8 with each next lowest or most responsive Bidder, asapplicable, until the Contract is awarded, all bids are rejected or all Bidders aredetermined to be not responsible unless award of the Contract was based upon a“Weight of Award” points system as defined in paragraph 3.5.2.

3.6 REJECTION OF BID BY THE TULALIP TRIBES OF WASHINGTON3.6.1 If the lowest or most responsive Bidder, as applicable, is not responsible, the

Tulalip Tribes of Washington shall reject such Bidder and notify the Bidder inwriting by certified mail of the finding and the reasons for the finding.

3.6.2 A Bidder who is notified in accordance with paragraph IB 3.6.1 may object to suchBidder's rejection by filing a written protest which must be received by the TulalipTribes of Washington, through the Construction Manager, within five (5) days ofthe notification provided pursuant to paragraph IB 3.6.1.

3.6.3 Upon receipt of a timely protest, representatives of the Tulalip Tribes ofWashington shall meet with the protesting Bidder to hear the Bidder's objections.3.6.3.1 No award of the Contract shall become final until after the representatives

of the Tulalip Tribes of Washington have met with all Bidders who havetimely filed protests and the award of the Contract is affirmed by theTulalip Tribes of Washington.

3.6.3.2 If all protests are rejected in the Tulalip Tribes of Washington’s discretionthe award of the Contract shall be affirmed by the Tulalip Tribes ofWashington or all bids shall be rejected.

3.7 NOTICE OF INTENT TO AWARD3.7.1 The Tulalip Tribes of Washington shall notify the apparent successful Bidder that

upon satisfactory compliance with all conditions precedent for execution of theContract Form, within the time specified, the Bidder will be awarded the Contract.

3.7.2 The Tulalip Tribes of Washington reserves the right to rescind any Notice of Intentto Award if the Tulalip Tribes of Washington determines the Notice of Intent toAward was issued in error.

ARTICLE 4 – WITHDRAWAL OF BID4.1 WITHDRAWAL PRIOR TO BID OPENING

4.1.1 A Bidder may withdraw a bid after the bid has been received by the Tulalip Tribesof Washington, provided the Bidder makes a request in writing and the request isreceived by the Tulalip Tribes of Washington prior to the time of the bid opening,as determined by the employee or agent of the Tulalip Tribes of Washingtondesignated to open bids.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-15

4.2 WITHDRAWAL AFTER BID OPENING4.2.1 All bids shall remain valid and open for acceptance for a period of, at least, 60

days after the bid opening; provided, however, that within two (2) business daysafter the bid opening, a Bidder may withdraw a bid from consideration if the bidamount was substantially lower than the amounts of other bids, provided the bidwas submitted in good faith, and the reason for the bid amount being substantiallylower was a clerical mistake, as opposed to a judgment mistake, and was actuallydue to an unintentional and substantial arithmetic error or an unintentionalomission of a substantial quantity of Work, labor or material made directly in thecompilation of the bid amount.4.2.1.1 Notice of a request to withdraw a bid must be made in writing filed with

the Tulalip Tribes of Washington, through the Construction Manager,within two (2) business days after the bid opening.

4.2.1.2 No bid may be withdrawn under paragraph IB 4.2.1 when the result wouldbe the awarding of the Contract on another bid to the same Bidder.

4.2.2 If a bid is withdrawn under paragraph IB 4.2.1, the Tulalip Tribes of Washingtonmay award the Contract to another Bidder the Tulalip Tribes of Washingtondetermines to be the next lowest or most responsive and responsible Bidder, asapplicable, or reject all bids and advertise for other bids. If the Tulalip Tribes ofWashington advertises for other bids, the withdrawing Bidder shall pay the costs, inconnection with the rebidding, of printing new Contract Documents, requiredadvertising and printing and mailing notices to prospective Bidders, if the TulalipTribes of Washington finds that such costs would not have been incurred but forsuch withdrawal.

4.2.3 A Bidder may withdraw the Bidder’s bid at any time after the period described inparagraph IB 4.2.1 by written notice to the Tulalip Tribes of Washington.

4.3 REFUSAL BY TULALIP TRIBES OF WASHINGTON TO ACCEPT WITHDRAWAL4.3.1 If the Tulalip Tribes of Washington intends to contest the right of a Bidder to

withdraw a bid pursuant to paragraph IB 4.2.1, a hearing shall be held by one ormore representatives of the Tulalip Tribes of Washington within ten (10) days afterthe bid opening and an order shall be issued by the Tulalip Tribes of Washingtonallowing or denying the claim of such right within five (5) days after such hearing isconcluded. The Tulalip Tribes of Washington, through the Construction Manager,shall give the withdrawing Bidder timely notice of the time and place of any suchhearing.4.3.1.1 The Tulalip Tribes of Washington shall make a stenographic record of all

testimony, other evidence, and rulings on the admissibility of evidencepresented at the hearing. The Bidder shall pay the costs of the hearing.

4.4 REFUSAL BY BIDDER TO PERFORM4.4.1 If the Tulalip Tribes of Washington denies the claim for withdrawal and the Bidder

elects to appeal or otherwise refuses to perform the Contract, the Tulalip Tribes ofWashington may reject all bids or award the Contract to the next lowest or mostresponsive and responsible Bidder, as applicable.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-16

4.5 EFFECT OF WITHDRAWAL4.5.1 No Bidder who is permitted, pursuant to paragraph IB 4.2.1, to withdraw a bid,

shall for compensation supply any material or labor to, or perform any subcontractor other work agreement for, the person to whom the Contract is awarded orotherwise benefit, directly or indirectly, from the performance of the Project forwhich the withdrawn bid was submitted, without the written approval of the TulalipTribes of Washington.

4.5.2 The person to whom the Contract is awarded and the withdrawing Bidder shall bejointly liable to the Tulalip Tribes of Washington in an amount equal to anycompensation paid to or for the benefit of the withdrawing Bidder without suchapproval.

ARTICLE 5 – BID ESTIMATE5.1 BID TOTALS

5.1.1 No Contract shall be entered into if the price of the Contract, or if the Projectinvolves multiple Contracts where the total price of all Contracts for the Project, isin excess of ten (10) percent above the entire estimate.

5.2 SUBSTANTIALLY LOW BID5.2.1 No Bidder shall be responsible if the Bidder’s bid is more than twenty (20) percent

below the median of all higher bids received for a Contract where the estimate is$100,000 or more, and no Bidder shall be responsible if the Bidder’s bid is morethan twenty-five (25) percent below the median of all higher bids received for aContract where the estimate is less than $100,000, unless the followingprocedures are followed.5.2.1.1 The Construction Manager and the Engineer conduct an interview with

the Bidder to determine what, if anything, has been overlooked in the bid,and to analyze the process planned by the Bidder to complete the Work.The Construction Manager and the Engineer shall submit a writtensummary of the interview to the Tulalip Tribes of Washington.

5.2.1.2 The Tulalip Tribes of Washington reviews and approves the Bidder’sresponsibility pursuant to paragraph IB 3.5.8.

5.2.1.3 The Construction Manager notifies the Bidder’s Surety, if applicable, inwriting that the Bidder with whom the Tulalip Tribes of Washingtonintends to enter a Contract submitted a bid determined to be substantiallylower than the median of all higher bids.

ARTICLE 6 – BID GUARANTY AND CONTRACT BOND6.1 BID GUARANTY

6.1.1 The Bidder must file with the bid a Bid Guaranty, payable to the Tulalip Tribes ofWashington, in the form of either:6.1.1.1 The signed Bid Guaranty and Contract Bond contained in the Contract

Documents for the amount of the Base Bid plus add Alternates; or6.1.1.2 The signed Bid Proposal Bond contained in the Contract Documents for

the amount of the Base Bid plus add Alternates; or

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-17

6.1.1.3 A cashier's check in the amount of five (5) percent of the Base Bid plusadd Alternates.

6.1.1.4 If Bidder elects to file with the bid a Bid Guaranty under paragraph IB6.1.1.3 Bidder shall also file with the bid a signed Statement of IntendedSurety contained in the Contract Documents.

6.1.2 The Bid Guaranty shall be in form and substance satisfactory to the Tulalip Tribesof Washington and shall serve as an assurance that the Bidder will, uponacceptance of the bid, comply with all conditions precedent for execution of theContract Form, within the time specified in the Contract Documents. Any BidGuaranty must be payable to the Tulalip Tribes of Washington.

6.1.3 If the blank line on the Bid Guaranty and Contract Bond or Bid Proposal Bond isnot filled in, the penal sum will automatically be the full amount of the Base Bidplus add Alternates. If the blank line is filled in, the amount must not be less thanthe full amount of the Base Bid plus add Alternates, stated in dollars and cents. Apercentage is not acceptable.

6.1.4 The Bid Guaranty and Contract Bond or Bid Proposal Bond must be signed by anauthorized agent, with Power of Attorney, from the Surety. The Bid Guaranty andContract Bond or Bid Proposal Bond must be issued by a Surety licensed totransact business in the State of Washington.

6.1.5 Bid Guaranties will be returned to all unsuccessful Bidders 90 days after the bidopening. If used, the cashier's check will be returned to the successful Bidder uponcompliance with all conditions precedent for execution of the Contract Form.

6.2 FORFEITURE6.2.1 If for any reason, other than as authorized by paragraph IB 4.2.1 or paragraph IB

6.3, the Bidder fails to execute the Contract Form, and the Tulalip Tribes ofWashington awards the Contract to another Bidder which the Tulalip Tribes ofWashington determines is the next lowest or most responsive and responsibleBidder, as applicable, the Bidder who failed to enter into a Contract shall be liableto the Tulalip Tribes of Washington for the difference between such Bidder's bidand the bid of the next lowest or most responsible Bidder, as applicable, or for apenal sum not to exceed five (5) percent of the bid amount, whichever is less.

6.2.2 If the Tulalip Tribes of Washington then awards a Contract to another Bidder whichthe Tulalip Tribes of Washington determines is the next lowest or most responsiveand responsible Bidder, as applicable, and such Bidder also fails or refuses toexecute the Contract Form, the liability of such lowest or most responsive andresponsible Bidder, as applicable, shall, except as provided in paragraph IB 6.3, bethe amount of the difference between the bid amounts of such lowest or mostresponsible Bidder, as applicable, and another Bidder which the Tulalip Tribes ofWashington determines is the next lowest or most responsive and responsibleBidder, as applicable, but not in excess of the liability specified in paragraph IB6.2.1. Liability on account of an award to each succeeding lowest or mostresponsive and responsible Bidder, as applicable, shall be determined in likemanner.

6.2.3 If the Tulalip Tribes of Washington does not award the Contract to another Bidderwhich the Tulalip Tribes of Washington determines is the next lowest or mostresponsive and responsible Bidder, as applicable, but resubmits the Project for

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-18

bidding, the Bidder failing to execute the Contract Form shall, except as providedin paragraph IB 6.3, be liable to the Tulalip Tribes of Washington for a penal sumnot to exceed five (5) percent of such Bidder's bid amount or the costs inconnection with the resubmission, of printing new Contract Documents, requiredadvertising and printing and mailing notices to prospective Bidders, whichever isless.

6.3 EXCEPTION TO FORFEITURE6.3.1 A Bidder for a Contract costing less than $500,000 may withdraw a bid from

consideration if the Bidder's bid for some other Contract costing less than$500,000 has already been accepted, if the Bidder certifies in good faith that thetotal price of all such Bidder's current contracts is less than $500,000, and if theBidder's Surety, if applicable, certifies in good faith that the Bidder is unable toperform the subsequent contract because to perform such Contract would exceedthe Bidder's bonding capacity.

6.3.2 If a bid is withdrawn pursuant to paragraph IB 6.3.1, the Tulalip Tribes ofWashington may award the Contract to another Bidder which the Tulalip Tribes ofWashington determines is the next lowest or most responsive and responsibleBidder, as applicable, or reject all bids and resubmit the Project for bidding, andneither the withdrawing Bidder nor such Bidder's Surety, as applicable, shall beliable for the difference between the Bidder's bid and that of another Bidder whichthe Tulalip Tribes of Washington determines is the next lowest or most responsiveand responsible Bidder, as applicable, for a penal sum, or for the costs of printingnew Contract Documents, required advertising and printing and mailing notices toprospective Bidders.

6.4 CONTRACT BOND6.4.1 If the Bidder executes the Contract Form, the Bidder shall, at the same time,

provide a Bond meeting the requirements of the Contract Documents, unless theBidder provided an acceptable Bid Guaranty and Contract Bond at the time of thebid opening. A “A- VII” or better Best Rated Surety Company shall issue therequired bond.

6.4.2 The Bond shall be in the full amount of the Contract to indemnify the Tulalip Tribesof Washington against all direct and consequential damages suffered by failure ofthe Contractor to perform according to the provisions of the Contract and inaccordance with the plans, details, specifications and bills of material therefore andto pay all lawful claims of Subcontractors, Material Suppliers, and laborers for laborperformed or materials furnished in carrying forward, performing or completing theContract.

6.4.3 The Bond shall be supported by a Power of Attorney of the agent signing for aSurety. The Bond shall be supported by a current and signed Certificate ofCompliance or Certificate of Authority showing the Surety is licensed to dobusiness in Washington.

6.5 NOT USED

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-19

ARTICLE 7 – CONTRACT AWARD AND EXECUTION7.1 NONCOMPLIANCE WITH CONDITIONS PRECEDENT

7.1.1 The award of the Contract and the execution of the Contract Form are based uponthe expectation that the lowest or most responsive and responsible Bidder, asapplicable, will comply with all conditions precedent for execution of the ContractForm within ten (10) days of the date of the Notice of Intent to Award.7.1.1.1 Noncompliance with the conditions precedent for execution of the

Contract Form within ten (10) days of the date of the Notice of Intent toAward shall be cause for the Tulalip Tribes of Washington to cancel theNotice of Intent to Award for the Bidder’s lack of responsibility and awardthe Contract to another Bidder which the Tulalip Tribes of Washingtondetermines is the next lowest or most responsive and responsible Bidder,as applicable, or resubmit the Contract for bidding, at the discretion of theTulalip Tribes of Washington.

7.1.1.2 The Tulalip Tribes of Washington may extend the time for submitting theconditions precedent for execution of the Contract Form for good causeshown. No extension shall operate as a waiver of the conditionsprecedent for execution of the Contract Form.

7.2 TIME LIMITS7.2.1 The failure to award the Contract and to execute the Contract Form within 60 days

of the bid opening invalidates the entire bid process and all bids submitted, unlessthe time is extended by written consent of the Bidder whose bid is accepted by theTulalip Tribes of Washington and with respect to whom the Tulalip Tribes ofWashington awards and executes a Contract.7.2.1.1 If the Contract is awarded and the Contract Form is executed within 60

days of the bid opening, any increases in material, labor and subcontractcosts shall be borne by the Bidder without alteration of the amount of thebid.

7.2.1.2 If the cause of the failure to execute the Contract within 60 days of the bidopening is due to matters for which the Tulalip Tribes of Washington issolely responsible, the Contractor shall be entitled to a Change Orderauthorizing payment of verifiable increased costs in materials, labor orsubcontracts.

7.2.1.3 If the cause of the failure to execute the Contract within 60 days of the bidopening is due to matters for which the Contractor is responsible, norequest for increased costs will be granted.

7.3 CONDITIONS PRECEDENT FOR EXECUTION OF CONTRACT FORM7.3.1 Bond, if required. To support the Bond, a current and signed Certificate of

Compliance or Certificate of Authority showing the Surety is licensed to dobusiness in Washington;

7.3.2 Current Washington Workers' Compensation Certificate or other similar typedocumentation supporting workers‟ compensation coverage;

7.3.3 Certificate of Insurance (ISO general liability form CG 2010 11/85 edition orequivalent form is acceptable) and copy of additional insured endorsement. The

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-20

certificate shall clearly state The Tulalip Tribes of Washington, ConsolidatedBorough of Quil Ceda Village, and the State of Washington are named as“Additional Insureds‟ to the General Liability, Automobile Liability, and ExcessLiability Policies. Workers Compensation coverage includes a waiver ofsubrogation against the Tulalip Tribes of Washington and Consolidated Borough ofQuil Ceda Village.” The wording “endeavor to” and “but failure to” underCANCELLATION shall be stricken from the certificate. The Tulalip Tribes ofWashington reserves the right to request a certified copy of the Contractor'sinsurance policies meeting the requirements of GC Article 12;

7.3.4 If the Bidder is a foreign corporation, i.e., not incorporated under the laws ofWashington, a Certificate of Good Standing from the Secretary of State showingthe right of the Bidder to do business in the State; or, if the Bidder is a person orpartnership, the Bidder has filed with the Secretary of State a Power of Attorneydesignating the Secretary of State as the Bidder's agent for the purpose ofaccepting service of summons in any action brought under this Contract;

7.3.5 Contractor signed Contract Form;7.3.6 Completed and approved TERO Contracting and Subcontracting Compliance plan;7.3.7 Current Tulalip Tribes Business License; and7.3.8 Completed and signed Confidentiality Agreement.

7.4 NOTICE TO PROCEED AND SUBMITTALS7.4.1 The Tulalip Tribes of Washington shall issue to the Contractor a Notice to Proceed,

which shall establish the date for Contract Completion. The Contractor shall, withinten (10) days of the date of the Notice to Proceed, furnish the ConstructionManager with the following submittals:7.4.1.1 Contract Cost Breakdown;7.4.1.2 Preliminary schedule of Shop Drawings and Submittals;7.4.1.3 Outline of qualifications of the proposed superintendent; and7.4.1.4 Acknowledgement by a TERO Representative the Project related TERO

fee has been paid or an agreement has been reached to pay the fee ininstallments over the course of the Contract.

ARTICLE 8 – APPLICABLE LAW AND FORUM8.1 FORUM FOR EQUITABLE RELIEF

8.1.1 The Tribal Court of the Tulalip Tribes of Washington shall have exclusivejurisdiction over any action or proceeding for any injunction or declaratoryjudgment concerning any agreement or performance under the ContractDocuments or in connection with the Project. Any such action or proceeding arisingout of or related in any way to the Contract or performance thereunder shall bebrought only in the Tribal Court of the Tulalip Tribes of Washington and theContractor irrevocably consents to such jurisdiction and venue. The Contract shallbe governed by the law of the State of Washington.

8.2 FORUM FOR MONEY DAMAGES8.2.1 The Tribal Court of the Tulalip Tribes of Washington shall be the exclusive

jurisdiction for any action or proceeding for any injunction or declaratory judgment

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IB-21

concerning any agreement or performance under the Contract Documents or inconnection with the Project. The Tribal Court of the Tulalip Tribes of Washingtonshall be the exclusive jurisdiction for any action or proceeding by the Contractor orthe Contractor’s Surety, if applicable, for any money damages concerning anyagreement or performance under the Contract Documents or in connection withthe Project.

8.3 FEDERAL ACQUISITION REGULATIONS8.3.1 Applicable sections of the Federal Acquisition Regulations (FAR) are a part of this

Contract by reference. Access the entire FAR regulations at the following website:http://acquisition.gov/far/The FAR sections are applicable to the work covered in the Proposal and include:52.203-15 Whistleblower Protections Under the American Recovery and

Reinvestment Act of 2009.52.204-6 Data Universal Numbering System (DUNS) Number.52.204-7 Central Contractor Registration.52.204.10 Reporting Subcontractor Awards52.225-21 Required use of American Iron, Steel and Other Manufactured

Goods – Buy American Act – Construction Materials

The Tulalip Tribes of Washington

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-1

BID PROPOSAL FORM

Project Name: I-5/116th Street NE Date of Bid:Interchange ImprovementsPhase 4 Ramps

Location of Project: 8802 27th Ave NETulalip, WA 98271

COMPANY NAME OF BIDDER:

CERTIFIED NATIVE AMERICAN OWNED BUSINESS:YES __________ If Yes, Percentage (%) of Indian Ownership: _________ NO _________

Having read and examined the Contract Documents, including without limitation the Drawingsand Specifications, prepared by the Engineer and the Tulalip Tribes of Washington for the above-referenced Project, and the following Addenda:

ADDENDA ACKNOWLEDGED (Enter Addenda Number and Date of Addenda below):

1. __________________________________ 2. __________________________________

3. __________________________________ 4. __________________________________

The undersigned Bidder proposes to perform all Work for the applicable Contract, in accordancewith the Contract Documents, for the following sums:

BASE BID FOR PACKAGE #17-007 I-5/116th Street NE InterchangeImprovements Phase 4 Ramps

Refer to Division 0, TERO Code, and Special Provisions, Section 1-07.2 State Taxes,for application of TERO and Taxes on all schedules

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-2

Bid Schedules

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 7.3

3 0049 EACH REMOVING DRAINAGE STRUCTURE 12.0

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 1.0 $ 9,500 $ 9,500

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 12,070

7 0145 L.F. REMOVING CONC. BARRIER 2,307

8 0170 L.F. REMOVING GUARDRAIL 2,450

9 0182 EACH REMOVING GUARDRAIL ANCHOR 3.0

10 L.F. REMOVING DRAINAGE PIPE 1,002

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 3,820

12 0405 C.Y. COMMON BORROW INCL. HAUL 7.0

13 0431 TON GRAVEL BORROW INCL. HAUL 113,550

14 0470 C.Y. EMBANKMENT COMPACTION 47,410

15 C.Y. POND EXCAVATION INCL. HAUL 2,060

16 C.Y. COMPACTED TILL 551

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 762

18 1054 EACH GRATE INLET TYPE 2 6.0

19 1086 TON QUARRY SPALLS 55

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 55

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 130

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN. DIAM. 34

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 1.0

24 3091 EACH CATCH BASIN TYPE 1 10

25 EACH TEMPORARY CATCH BASIN TYPE 1 1.0

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-3

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 3.0

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 1.0

28 3151 L.F. TESTING STORM SEWER PIPE 2,302

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE 12IN. DIAM. 757

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 1,291

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 97

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 157

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 775

38 4147 LB. EPOXY-COATED ST. REINF. BAR 10,870

39 4166 C.Y. LEAN CONCRETE 3.0

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 49

41 4117 L.F. PEDESTRIAN BARRIER 4.0

42 4119 L.F. SEW TRAFFIC BARRIER 270

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 163

44 4456 S.Y. SCARIFYING CONC. SURFACE 2.0

45 7169 S.F. STRUCTURAL EARTH WALL 7,095

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETE PAVEMENTCLASS 4000 281

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 8030

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 8,270

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-4

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 67

51 5767 TON HMA CL. 1/2 IN. PG 64-22 11,795

52 5830 CALC JOB MIX COMPLIANCE PRICE ADJUSTMENT 1.0 $ 28,308.00 $ 28,308.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 18,872.00 $ 18,872.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 840.00 $ 840.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 289

56 6453 S.Y. COMPOST BLANKET 75

57 6463 L.F. CHECK DAM 40

58 6471 EACH INLET PROTECTION 50

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 1,890

60 6470 HR STREET CLEANING 708

61 6479 L.F. WATTLE 900

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $218,400.00 $218,400.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 5.05

64 6405 C.Y. TOPSOIL TYPE A 1,661

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 4,200 $ 4,200

66 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#2 CONT/ 24" HT) 135

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 14

68 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#1 CONT / 16" HT) 332

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA (#1CONT / 30" HT) 147

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 238

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 661

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 661

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 440

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 661

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 661

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 1,321

77 C.Y. FINE COMPOST 18

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-5

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

78 EACH WATER BAGS 149

79 ACRE SOIL DECOMPACTION 3.0

80 6529 C.Y. SOIL AMENDMENT 5.6

81 6579 ACRE WOOD CHIP MULCH 1.7

82 6630 L.F. HIGH VISIBILITY FENCE 2,170

83 6635 L.F. HIGH VISIBILITY SILT FENCE 1,340

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 1,225

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 1,073

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 1,007

87 6727 L.F. EXTRUDED CURB 113

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 1,704

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 42

90 6757 L.F. BEAM GUARDRAIL TYPE 31 2,551

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 4.0

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 4.0

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 5.0

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 1.0

95 7442 EACH PERMANENT IMPACT ATTENUATOR 1.0

96 6832 EACH FLEXIBLE GUIDE POST 104

97 6830 EACH BARRIER DELINEATOR 14

98 6807 L.F. PLASTIC LINE 11,686

99 6809 L.F. PROFILED PLASTIC LINE 8,047

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 5,323

101 6818 L.F. PLASTIC WIDE LINE 2,520

102 6857 S.F. PLASTIC CROSSWALK LINE 816

103 6859 L.F. PLASTIC STOP LINE 194

104 6833 EACH PLASTIC TRAFFIC ARROW 36

105 6871 EACH PLASTIC TRAFFIC LETTER 25

106 6881 EACH PLASTIC DRAINAGE MARKING 47

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-6

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 1.0

111 6897 L.S. SIGN BRIDGE NO. 2 1.0

112 6897 L.S. SIGN BRIDGE NO. 3 0.0 $ 0.00 $ 0.00

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 1.0

115 6914 L.S. ITS 1.0

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 1.0

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 843

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASS B 5,280

120 7029 EACH PLUGGING EXISTING PIPE 3.0

121 7037 L.S. STRUCTURE SURVEYING 1.0

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 1.0 $ 15,000.00 $ 15,000.00

124 L.S. ADA FEATURES SURVEYING 1.0

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 10

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 2

127 7080 L.F. CABLE FENCE 375

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 40

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 4.0

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 1.0

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 7.0

132 3100 EACH ADJUST CATCH BASIN 1.0

133 3110 EACH LOCKING SOLID METAL COVER AND FRAMEFOR CATCH BASIN 1.0

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 1.0

135 7400 HR TRAINING 1,350

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-7

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 24,000.00 $ 24,000.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 10,000.00 $ 10,000.00

138 7728 EST. MINOR CHANGE 1.0 $ 50,000.00 $ 50,000.00

139 7736 L.S. SPCC PLAN 1.0

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 140

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 3,227

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 9,450

144 EACH INSTALL RECTANGULAR VANED GRATE 9.0

Sub Total Schedule A

TERO Fee 1.75%

Total Schedule A

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-8

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 1.2

3 0049 EACH REMOVING DRAINAGE STRUCTURE 2.0

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 3,400

7 0145 L.F. REMOVING CONC. BARRIER 70

8 0170 L.F. REMOVING GUARDRAIL 620

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 129

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 30

12 0405 C.Y. COMMON BORROW INCL. HAUL 7

13 0431 TON GRAVEL BORROW INCL. HAUL 220

14 0470 C.Y. EMBANKMENT COMPACTION 1,170

15 C.Y. POND EXCAVATION INCL. HAUL 10,260

16 C.Y. COMPACTED TILL 1,143

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 269

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 63

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 60

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-9

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 1.0

28 3151 L.F. TESTING STORM SEWER PIPE 177

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE12 IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 177

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 52

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 86

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETEPAVEMENT CLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 290

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 2,100

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 161

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-10

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

51 5767 TON HMA CL. 1/2 IN. PG 64-22 480

52 5830 CALC JOB MIX COMPLIANCE PRICE ADJUSTMENT 1.0 $ 1,152.00 $ 1,152.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 768.00 $ 768.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 420.00 $ 420.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 33

56 6453 S.Y. COMPOST BLANKET 25

57 6463 L.F. CHECK DAM 30

58 6471 EACH INLET PROTECTION 5.0

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 1,300

60 6470 HR STREET CLEANING 236

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $ 40,950.00 $ 40,950.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 1.29

64 6405 C.Y. TOPSOIL TYPE A 18

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 2,100.00 $ 2,100.00

66 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#2 CONT/ 24" HT) 26

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 11

68 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#1 CONT / 16" HT) 127

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA (#1CONT / 30" HT) 57

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 99

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 339

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 339

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 226

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 339

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 339

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 678

77 C.Y. FINE COMPOST 5.0

78 EACH WATER BAGS 37

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-11

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

79 ACRE SOIL DECOMPACTION 1.5

80 6529 C.Y. SOIL AMENDMENT 2.1

81 6579 ACRE WOOD CHIP MULCH 0.8

82 6630 L.F. HIGH VISIBILITY FENCE 360

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 321

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 272

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 492

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 0.0 $ 0.00 $ 0.00

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 1.0

97 6830 EACH BARRIER DELINEATOR 1.0

98 6807 L.F. PLASTIC LINE 724

99 6809 L.F. PROFILED PLASTIC LINE 685

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 446

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 5.0

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 4.0

107 9238 EACH PLASTIC YIELD LINE SYMBOL 15

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-12

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 2.6

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 1.0

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 239

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASS B 1,530

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER ANDFRAME FOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 4,500.00 $ 4,500.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-13

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE TOTAL COST

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 5,000.00 $ 5,000.00

138 7728 EST. MINOR CHANGE 1.0 $ 25,000.00 $ 25,000.00

139 7736 L.S. SPCC PLAN 1.0

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 20

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 100

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 197

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 5.0

Sub Total Schedule B

TERO Fee 1.75%

Total Schedule B

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-14

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 0.3

3 0049 EACH REMOVING DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 90

7 0145 L.F. REMOVING CONC. BARRIER 0.0 $ 0.00 $ 0.00

8 0170 L.F. REMOVING GUARDRAIL 0.0 $ 0.00 $ 0.00

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 0.0 $ 0.00 $ 0.00

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

12 0405 C.Y. COMMON BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

13 0431 TON GRAVEL BORROW INCL. HAUL 30

14 0470 C.Y. EMBANKMENT COMPACTION 0.0 $ 0.00 $ 0.00

15 C.Y. POND EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

16 C.Y. COMPACTED TILL 0.0 $ 0.00 $ 0.00

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 22

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 0.0 $ 0.00 $ 0.00

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-15

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/ DEBRISCAGE 0.0 $ 0.00 $ 0.00

28 3151 L.F. TESTING STORM SEWER PIPE 0.0 $ 0.00 $ 0.00

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE 12IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 0.0 $ 0.00 $ 0.00

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETE PAVEMENTCLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 130

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 970

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 161

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-16

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

51 5767 TON HMA CL. 1/2 IN. PG 64-22 50

52 5830 CALC JOB MIX COMPLIANCE PRICE ADJUSTMENT 1.0 $ 120.00 $ 120.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 80.00 $ 80.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 140.00 $ 140.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 64

56 6453 S.Y. COMPOST BLANKET 0.0 $ 0.00 $ 0.00

57 6463 L.F. CHECK DAM 15

58 6471 EACH INLET PROTECTION 2.0

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 0.0 $ 0.00 $ 0.00

60 6470 HR STREET CLEANING 319

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $ 13,650.00 $ 13,650.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 0.16

64 6405 C.Y. TOPSOIL TYPE A 0.0 $ 0.00 $ 0.00

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 700.00 $ 700.00

66 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

67 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR(#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

68 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#1 CONT / 16" HT) 19

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA (#1CONT / 30" HT) 9

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 15

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 52

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 52

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALL OREGONGRAPE (#1 CONT / 12" HT) 34

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 52

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 52

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 103

77 C.Y. FINE COMPOST 0.0 $ 0.00 $ 0.00

78 EACH WATER BAGS 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-17

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

79 ACRE SOIL DECOMPACTION 0.5

80 6529 C.Y. SOIL AMENDMENT 0.3

81 6579 ACRE WOOD CHIP MULCH 0.1

82 6630 L.F. HIGH VISIBILITY FENCE 220

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 216

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB AND GUTTER 0.0 $ 0.00 $ 0.00

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 664

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 31

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 0.0 $ 0.00 $ 0.00

97 6830 EACH BARRIER DELINEATOR 0.0 $ 0.00 $ 0.00

98 6807 L.F. PLASTIC LINE 1,600

99 6809 L.F. PROFILED PLASTIC LINE 658

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 361

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 2.0

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 1.0

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-18

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 1.0

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 12

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASS B 0.0 $ 0.00 $ 0.00

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER AND FRAMEFOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 1,500.00 $ 1,500.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-19

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 5,000.00 $ 5,000.00

138 7728 EST. MINOR CHANGE 0.0 $ 0.00 $ 0.00

139 7736 L.S. SPCC PLAN 0.0 $ 0.00 $ 0.00

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 0.0 $ 0.00 $ 0.00

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURAL EARTHWALL INCL. HAUL 0.0 $ 0.00 $ 0.00

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 1.0

Sub Total Schedule C

TERO Fee 1.75%

Total Schedule C

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-20

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 0.0 $ 0.00 $ 0.00

3 0049 EACH REMOVING DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 0.0 $ 0.00 $ 0.00

7 0145 L.F. REMOVING CONC. BARRIER 0.0 $ 0.00 $ 0.00

8 0170 L.F. REMOVING GUARDRAIL 0.0 $ 0.00 $ 0.00

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 0.0 $ 0.00 $ 0.00

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

12 0405 C.Y. COMMON BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

13 0431 TON GRAVEL BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

14 0470 C.Y. EMBANKMENT COMPACTION 0.0 $ 0.00 $ 0.00

15 C.Y. POND EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

16 C.Y. COMPACTED TILL 0.0 $ 0.00 $ 0.00

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 0.0 $ 0.00 $ 0.00

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-21

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

28 3151 L.F. TESTING STORM SEWER PIPE 0.0 $ 0.00 $ 0.00

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE12 IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 155

34 EACH 2" COMBINATION AIR RELEASE VALVE 1.0

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 309

36 EACH 1" COMBINATION AIR RELEASE VALVE 2.0

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 0.0 $ 0.00 $ 0.00

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 3.0

47 C.Y. TEXTURED CEMENT CONCRETEPAVEMENT CLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 0.0 $ 0.00 $ 0.00

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 0.0 $ 0.00 $ 0.00

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 0.0 $ 0.00 $ 0.00

51 5767 TON HMA CL. 1/2 IN. PG 64-22 0.0 $ 0.00 $ 0.00

52 5830 CALC JOB MIX COMPLIANCE PRICEADJUSTMENT 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-22

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

53 5835 CALC COMPACTION PRICE ADJUSTMENT 0.0 $ 0.00 $ 0.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 0.0 $ 0.00 $ 0.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 0.0 $ 0.00 $ 0.00

56 6453 S.Y. COMPOST BLANKET 0.0 $ 0.00 $ 0.00

57 6463 L.F. CHECK DAM 0.0 $ 0.00 $ 0.00

58 6471 EACH INLET PROTECTION 0.0 $ 0.00 $ 0.00

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 0.0 $ 0.00 $ 0.00

60 6470 HR STREET CLEANING 0.0 $ 0.00 $ 0.00

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 0.0 $ 0.00 $ 0.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 0.0 $ 0.00 $ 0.00

64 6405 C.Y. TOPSOIL TYPE A 0.0 $ 0.00 $ 0.00

65 6545 EST. WEED AND PEST CONTROL 0.0 $ 0.00 $ 0.00

66 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

68 6552 EACHPSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#1 CONT / 16"HT)

0.0 $ 0.00 $ 0.00

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA(#1 CONT / 30" HT) 0.0 $ 0.00 $ 0.00

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 0.0 $ 0.00 $ 0.00

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 0.0 $ 0.00 $ 0.00

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 0.0 $ 0.00 $ 0.00

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

77 C.Y. FINE COMPOST 0.0 $ 0.00 $ 0.00

78 EACH WATER BAGS 0.0 $ 0.00 $ 0.00

79 ACRE SOIL DECOMPACTION 0.0 $ 0.00 $ 0.00

80 6529 C.Y. SOIL AMENDMENT 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-23

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

81 6579 ACRE WOOD CHIP MULCH 0.0 $ 0.00 $ 0.00

82 6630 L.F. HIGH VISIBILITY FENCE 0.0 $ 0.00 $ 0.00

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 0.0 $ 0.00 $ 0.00

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 0.0 $ 0.00 $ 0.00

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 0.0 $ 0.00 $ 0.00

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 0.0 $ 0.00 $ 0.00

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 0.0 $ 0.00 $ 0.00

97 6830 EACH BARRIER DELINEATOR 0.0 $ 0.00 $ 0.00

98 6807 L.F. PLASTIC LINE 0.0 $ 0.00 $ 0.00

99 6809 L.F. PROFILED PLASTIC LINE 0.0 $ 0.00 $ 0.00

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 0.0 $ 0.00 $ 0.00

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 0.0 $ 0.00 $ 0.00

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 0.0 $ 0.00 $ 0.00

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

109 6890 L.S. PERMANENT SIGNING 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-24

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 0.0 $ 0.00 $ 0.00

113 6904 L.S. ILLUMINATION SYSTEM 0.0 $ 0.00 $ 0.00

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 0.0 $ 0.00 $ 0.00

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 0.0 $ 0.00 $ 0.00

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASSB 0.0 $ 0.00 $ 0.00

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 0.0 $ 0.00 $ 0.00

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER ANDFRAME FOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 0.0 $ 0.00 $ 0.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 0.0 $ 0.00 $ 0.00

138 7728 EST. MINOR CHANGE 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-25

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

139 7736 L.S. SPCC PLAN 0.0 $ 0.00 $ 0.00

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 0.0 $ 0.00 $ 0.00

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 0.0 $ 0.00 $ 0.00

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 0.0 $ 0.00 $ 0.00

Sub Total Schedule D

TERO Fee 1.75%

Total Schedule D

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-26

Schedule A Total:

Schedule B Total:

Schedule C Total:

Schedule D Total:

BID TOTAL:

BID AMOUNT:(Write in Words Above Base Bid Amount)

Trench Excavation Safety Provisions (included in Base Bid Amount Above): $(Write in Number Form Above)

TRENCH EXCAVATION SAFETY PROVISIONS: If contracted work contains any work thatrequires trenching exceeding a depth of four (4) feet, all costs for trench safety shall be includedin the Base Bid amount for adequate trench safety systems in compliance with Chapter 39.04RCW and WAC 296-155-650. The purpose of this provision is to ensure that the bidder agreesto comply with all the relevant trench safety requirements of Chapter 49.17 RCW. This bid amountshall be considered as part of the total Base Bid amount set forth above. If trench excavationsafety provisions do not pertain to this contracted work, Bidder shall enter N.A. (notapplicable) for the dollar amount.

The following items shall also be considered in the review and award of this Contact. Bidder shallcomplete each section as applicable. By submission of this bid proposal, Bidder acknowledgestheir commitment to employ and or contract work to the parties identified below during theperformance of Bidder’s awarded Work.SECTION I – KEY EMPLOYEES OF BIDDER (if required, attach additional sheets if needed) –(Weight of Award 5 points)

PREFERREDEMPLOYEE

NAME POSITION Yes No1. 1.

2. 2.

3. 3.

4. 4.

5. 5.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-27

SECTION II – PREFERRED “TRADE” EMPLOYEES (if required, attach additional sheets ifneeded) – (Weight of Award 10 points)

NUMBER OF PREFERRED “TRADE”EMPLOYEES

NUMBER OF PREFERRED “TRADE”EMPLOYEES

1. 2.

3. 4.

5. 6.

7. 8.

9. 10.

SECTION III – PEAK WORK FORCE OF ALL EMPLOYEES ANTICIPATED TO BE EMPLOYEDBY BIDDER AT THE PROJECT SITE IN THE PERFORMANCE OF THE WORK:

(Insert Number of Employees)

SECTION IV – LIST OF LOWER TIERED SUBCONTRACTOR(S) AND OR SUPPLIER(S)(Total of Sections IV.A and IV.B) – (Weight of Award 25 points)

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-28

SECTION IV A – LIST OF TULALIP TRIBAL MEMBER NAOB SUBCONTRACTOR(S) AND ORSUPPLIER(S) (if required, attach additional sheets if needed) – (Weight of Award 15 points)

TYPE OFLOWER-

TIERTULALIP

NAOBNAME OF

SUBCONTRACTOR (SUB)OR SUPPLIER (SUP)

TYPE OF WORK TO BEAWARDED

DOLLARVALUE OF

WORKSUB SUP Yes No

1. 1. $

2. 2. $

3. 3. $

4. 4. $

5. 5. $

6. 6. $

7. 7. $

8. 8. $

9. 9. $

10. 10. $

SECTION IV B – LIST OF NAOB SUBCONTRACTOR(S) AND OR SUPPLIER(S) (if required,attach additional sheets if needed) – (Weight of Award 10 points)

TYPE OFLOWER-

TIER NAOBNAME OF

SUBCONTRACTOR (SUB)OR SUPPLIER (SUP)

TYPE OF WORK TO BEAWARDED

DOLLARVALUE OF

WORKSUB SUP Yes No

1. 1. $

2. 2. $

3. 3. $

4. 4. $

5. 5. $

6. 6.

7. 7.

8. 8.

9. 9.

10. 10. $

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-29

Should Contractor fail to comply, to the fullest extent possible, with provisions for employmentand or contracting as defined in The Tulalip Code, Chapter 9.05 – TERO Code, Contractor maybe found to be in breach of Contract. If it is determined that a breach has occurred, Contractoracknowledges that said breach will be grounds to terminate Contractor’s Contract agreementwithout claim against The Tulalip Tribes of Washington or the Project for any additionalcompensation and or consideration.

BIDDER'S CERTIFICATIONThe Bidder hereby acknowledges that the following representations in this bid are material andnot mere recitals:1. The Bidder has read and understands the Contract Documents and agrees to comply with all

requirements of the Contract Documents, regardless of whether the Bidder has actualknowledge of the requirements and regardless of any statement or omission made by theBidder which might indicate a contrary intention.

2. The Bidder represents that the bid is based upon the Standards specified by the ContractDocuments.

3. The Bidder acknowledges that all Work shall be completed within the time established in theContract Documents, and that each applicable portion of the Work shall be completed uponthe respective milestone completion dates, unless an extension of time is granted inaccordance with the Contract Documents. The Bidder understands that the award of separatecontracts for the Project will require sequential, coordinated and interrelated operations whichmay involve interference, disruption, hindrance or delay in the progress of the Bidder's Work.The Bidder agrees that the Contract price, as amended from time to time by Change Order,shall cover all amounts due from the Tulalip Tribes of Washington resulting from interference,disruption, hindrance or delay caused by or between Contractors or their agents andemployees.

4. The Bidder has visited the Project site, become familiar with local conditions and hascorrelated personal observations with the requirements of the Contract Documents. TheBidder has no outstanding questions regarding the interpretation or clarification of theContract Documents.

5. The Bidder agrees to comply with The Tulalip Code, Chapter 9.05 – TERO Code and givepreference to Indians in hiring promotions, training and all other aspects of employmentcontracting and subcontracting.

6. The Bidder agrees to comply with The Tulalip Code, Chapter 9.05 – TERO Code and givepreference to certified Indian-owned enterprises and organizations in the award of contractsand subcontracts.

7. The Bidder and each person signing on behalf of the Bidder certifies, and in the case of a jointor combined bid, each party thereto certifies as to such party's entity, under penalty of perjury,that to the best of the undersigned's knowledge and belief: (a) the Base Bid, any Unit Pricesand any Alternate Bid in the bid have been arrived at independently without collusion,consultation, communication or agreement, for the purpose of restricting competition as toany matter relating to such Base Bid, Unit Prices or Alternate bid with any other Bidder; (b)unless otherwise required by law, the Base Bid, any Unit Prices and any Alternate bid in thebid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed bythe Bidder prior to the bid opening, directly or indirectly, to any other Bidder who would haveany interest in the Base Bid, Unit Prices or Alternate bid; (c) no attempt has been made or will

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-30

be made by the Bidder to induce any other individual, partnership or corporation to submit ornot to submit a bid for the purpose of restricting competition.

8. The Bidder will execute the Contract Form with the Tulalip Tribes of Washington, if a Contractis awarded on the basis of this bid, and if the Bidder does not execute the Contract Form forany reason, other than as authorized by law, the Bidder and the Bidder's Surety are liable tothe Tulalip Tribes of Washington as provided in Article 6 of the Instructions to Bidders.

9. Bidder agrees to furnish any information requested by the Tulalip Tribes of Washington toevaluate the responsibility of the Bidder.

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-31

The Tulalip Tribes of Washington

NON - COLLUSION DECLARATION

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPF-32

Any modification made to either the bid form or exception taken to the defined scope ofwork outlined in this bid package may result in the bid proposal being considered non-responsive.Each bid shall contain the name of every person interested therein. If the Bidder is a corporation,partnership, sole proprietorship, or limited liability corporation, an officer, partner or principal ofthe Bidder, as applicable, shall print or type the legal name of the Bidder on the line provided andsign the Bid Form. If the Bidder is a joint venture, an officer, partner or principal, as applicable, ofeach member of the joint venture shall print or type the legal name of the applicable member onthe line provided and signs the Bid Form. An unsigned Bid Form will render the Bid as non-responsive.BIDDER’S NAME (PRINT):Authorized Signature:Title:Company Name:Mailing Address:

Telephone Number: ( ) Facsimile Number ( )Where Incorporated:Type of Business (circle one): corporation partnership sole proprietorship limited liability corporation

The Tulalip Tribes Business License Number:State of Washington Contractor’s License Number:Federal ID Number:Contact Person for Contract processing:

BIDDER’S NAME (PRINT):Authorized Signature:Title:Company Name:Mailing Address:

Telephone Number: ( ) Facsimile Number ( )Where Incorporated:Type of Business (circle one): corporation partnership sole proprietorship limited liability corporation

The Tulalip Tribes Business License Number:State of Washington Contractor’s License Number:Federal ID Number:Contact Person for Contract processing:

END OF BID FORM

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington NAOBWC - 1

The Tulalip Tribes of Washington

NAOB Written Confirmation

Native American Owned Business (NAOB)Written Confirmation Document

As an authorized representative of the Native American Owned Business (NAOB), I confirm thatwe have been contacted by the referenced bidder with regard to the referenced project and if thebidder is awarded the contract we will enter into an agreement with the bidder to participate in theproject consistent with the information provided on the bidder's Bid Proposal Form, Section IV.

Contract Title:

Bidder's Business Name:

NAOB's Business Name:

NAOB Signature:

NAOB's Representative

Name and Title:

Date:

The entries must be consistent with what is shown on the bidder’s Bid Proposal Form,Section IV. Failure to do so will result in bid rejection. See Instructions to BiddersSection 1.1.7; Minimum TERO Participation for Subcontractors.

Description of Work:

Amount to be Awarded to NAOB:

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington CB - 1

The Tulalip Tribes of Washington

FORM OF BID GUARANTY & CONTRACT BOND

KNOW ALL PERSONS BY THESE PRESENTS, that we, the undersigned______________________________ as Principal at _________________________________,(Address) ______________________________ ____________________________________and ________________________________________ as Surety, are hereby held and firmlybound unto the Tulalip Tribes of Washington, herein referred to as Tulalip Tribes, in the penalsum of the dollar amount of the bid submitted by the Principal to the Tulalip Tribes on (date)__________, ____ to undertake the Project known as: _______________________________.

The penal sum, referred to herein, shall be the dollar amount of the Principal's bid to theTulalip Tribes, incorporating any additive or deductive alternate bids or any additive or deductiveallowance bids made by the Principal on the date referred to above to the Tulalip Tribes, whichare accepted by the Tulalip Tribes. In no case shall the penal sum exceed the amount of dollars($________________). (If the above line is left blank, the penal sum will be the full amount ofthe Principal's bid, including alternates and unit prices. Alternatively, if completed, the amountstated must not be less than the full amount of the bid, including alternates and allowances, indollars and cents. A percentage is not acceptable.) For the payment of the penal sum well andtruly to be made, we hereby jointly and severally bind ourselves, our heirs, executors,administrators, successors and assigns.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above-namedPrincipal has submitted a bid on the above-referred to project;

NOW, THEREFORE, if the Tulalip Tribes accept the bid of the Principal, and the Principalfails to enter into a proper contract in accordance with the bid, plans, details, specifications andbills of material; and in the event the Principal pays to the Tulalip Tribes the difference not toexceed five percent of the penalty hereof between the amount specified in the bid and suchlarger amount for which the Tulalip Tribes may in good faith contract with the next lowest bidderto perform the work covered by the bid; or resubmits the project for bidding, the Principal willpay the Tulalip Tribes the difference not to exceed five percent of the penalty hereof betweenthe amount specified in the bid, or the costs, in connection with the resubmission, of printingnew contract documents, required advertising and printing and mailing notices to prospectivebidders, whichever is less, then this obligation shall be null and void, otherwise to remain in fullforce and effect. If the Tulalip Tribes accept the bid of the Principal, and the Principal, within tendays after the awarding of the contract, enters into a proper contract in accordance with the bid,plans, details, specifications and bills of material, which said contract is made a part of this bondthe same as though set forth herein; and

IF THE SAID Principal shall well and faithfully perform each and every condition of suchcontract; and indemnify the Tulalip Tribes against all damage suffered by failure to perform suchcontract according to the provisions thereof and in accordance with the plans, details,specifications and bills of material therefore; and shall pay all lawful claims of subcontractors,material suppliers and laborers for labor performed and materials furnished in the carryingforward, performing or completing of said contract; we, agreeing and assenting to, at thisundertaking shall be for the benefit of any material supplier or laborer having a just claim, aswell as for the Tulalip Tribes herein; then this obligation shall be void; otherwise the same shallremain in full force and effect; it being expressly understood and agreed that the liability of the

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington CB - 2

Surety for any and all claims hereunder shall in no event exceed the penal amount of thisobligation as herein stated.

THE SAID Surety hereby stipulates and agrees that no modifications, omissions oradditions, in or to the terms of said contract or in or to the plans and specifications, therefore,shall in any wise affect the obligations of said Surety on its bond, and it does hereby waivenotice of any such modifications, omissions or additions to the terms of the contract or to thework or to the specifications.

SIGNED this _____ day of ___________________, ________

PRINCIPAL:

By:

Title:

SURETY:

Address:

Phone: ( )

By:

Attorney-in-Fact

SURETY AGENT:

Address:

Phone: ( )

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SIS - 1

The Tulalip Tribes of Washington

STATEMENT OF INTENDED SURETY(Required if Bid Deposit is NOT a Surety Bond)

FURNISH WITH BIDDER’S SEALED BID a written statement prepared and signed by Bidder’s intendedsureties or surety company, to the effect that: ______________________________ (Name of Surety),who meets the requirements of Chapter 48.28 RCW, will promptly provide a surety bond in the amount of100% of the base bid in the event ______________________________ (Bidder’s Name) is awarded aContract for ________________________________________ (Project Description) and that theproposed Construction Contract is acceptable to the Surety.

Surety:

Signature of Authorized Representative

Printed Name / Title of Authorized Representative

This statement, if required, must be included in Bidder’s sealed bid for Bidder’s Bid to be considered.

By:

Title:

SURETY:

Address:

Phone: ( )

By:

Attorney-in-Fact

SURETY AGENT:

Address:

Phone: ( )

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington BPB - 1

The Tulalip Tribes of Washington

BID PROPOSAL BOND

KNOW ALL BY THESE PRESENTS, that (Name of Bidder) ___________________________ acorporation, partnership, or individual) duly organized under the laws of the State of______________________ as principal, and (Name of Surety) _______________________ acorporation duly organized under the laws of the State of __________________ and authorized to dobusiness in the State of Washington, as surety, are held and firmly bound unto The Tulalip Tribes ofWashington in the full and penal sum of five (5) percent of the total amount of the bid proposal of saidprincipal for the work hereinafter described for the payment of which, well and truly to be made, we bindour heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents.

Said bid and proposal, by reference hereto, being made a part hereof.

NOW, THEREFORE, if the said proposal bid by said principal be accepted, and the contract be awardedto said principal, and if said principal shall duly make and enter into and execute said contract and shallfurnish a performance, payment and warranty bond as required by The Tulalip Tribes of Washingtonwithin a period of ten (10) days from and after said award, exclusive of the day of such award, then thisobligation shall be null and void, otherwise it shall remain and be in full force and effect.

IN TESTIMONY WHEREOF, the principal and surety have caused these presents to be signed andsealed this ______________ day of __________________, 20_____.

Principal

(Name)

(Address)

By

(Signature of Authorized Rep)

(Typed Name of Authorized Rep)

Title

SURETY

Name

By(Attorney-in-fact for Surety)

(Name & Address of local Office or Agent)

*This bond must be accompanied by a fully executed Power of Attorney appointing the attorney-in-fact.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington PAYB - 1

The Tulalip Tribes of Washington

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: that we (Name of Contractor) _________________________,(Address of Contractor) _________________________ a _________________________, hereinaftercalled (Corporation, Partnership, or Individual) Principal, and (Name of Surety)_________________________, (Address of Surety) _________________________ hereinafter calledSurety, are held and firmly bound unto (Name of Owner) _________________________, (Address ofOwner) _________________________ hereinafter called Owner, in the penal sum of __________Dollars, ($__________), in lawful money of the United States, for the payment of which sum well and trulyto be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certaincontract with the owner, dated _______________ day of ___________________, 20_____, a copy ofwhich is hereto _________________________.

NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors,and corporation furnishing materials for or performing labor in the prosecution of the work provided for insuch contract, and any authorized extension or modification thereof, including all amounts due formaterials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumedor used in connection with the construction of such work and all insurance premiums on said work, andfor all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall bevoid; otherwise to remain in full force and effect.

By:

Witness of Surety Attorney-In-Fact

Attorney Attorney

Note: Date of Bond must not be prior to the date of contract, __________. If Contractor is Partnership, allpartners should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s mostcurrent list (Circular 57 – as amended) and be authorized to transact business in the state where theproject is located.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington PFMB - 1

The Tulalip Tribes of Washington

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: that we (Name of Contractor) _________________________,(Address of Contractor) _________________________ a _________________________, hereinaftercalled (Corporation, Partnership, or Individual) Principal, and (Name of Surety)_________________________, (Address of Surety) _________________________ hereinafter calledSurety, are held and firmly bound unto (Name of Owner) _________________________, (Address ofOwner) _________________________ hereinafter called Owner, in the penal sum of __________Dollars, ($__________), in lawful money of the United States, for the payment of which sum well and trulyto be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certaincontract with the owner, dated _______________ day of ___________________, 20_____, a copy ofwhich is hereto _________________________.

NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors,and corporation furnishing materials for or performing labor in the prosecution of the work provided for insuch contract, and any authorized extension or modification thereof, including all amounts due formaterials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumedor used in connection with the construction of such work and all insurance premiums on said work, andfor all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall bevoid; otherwise to remain in full force and effect.

By:

Witness of Surety Attorney-In-Fact

Attorney Attorney

Note: Date of Bond must not be prior to the date of contract, __________. If Contractor is Partnership, allpartners should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s mostcurrent list (Circular 57 – as amended) and be authorized to transact business in the state where theproject is located.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 1

The Tulalip Tribes of Washington

TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO)

TULALIP TERO MISSION STATEMENTThe Tulalip TERO has a mission to help improve the quality of life for Tulalip Tribal members andother Native American families through opportunities that can assist them in pursuing quality jobs orcareers with decent wages and by protecting their rights of preferential employment, training,business and economic opportunities on and near the Tulalip Reservation. Also, to assist businessin achieving compliance with hiring Native American qualified workers.

Information6404 Marine Drive, Tulalip, WA 98271Office: (360) 716-4747Fax: (360) 716-0612Alternate Fax: (360) 716-0249Driving Direction From Seattle:Go North on highway I-5. At exit 199, turn RIGHT onto Ramp and turn LEFT (West) ontoSR-528 [4th St]. Road name changes to Marine Dr. NE. Turn RIGHT (North-East) onto 64thStreet NW.Driving Direction From Mount Vernon:Go South on highway I-5. At exit 199, turn RIGHT onto Ramp and bear RIGHT (West) ontoMarine Dr. NE. Turn RIGHT (North-East) onto 64th Street NW.

On June 20, 2012, the Tulalip Tribes board of Directors enacted the Tribal Employment Rights OfficeCode which is the preferential employment and contracting laws of the land within the boundaries ofthe Tulalip Reservation.Tulalip TERO office requires businesses to:

· Hire TERO qualified and certified workers;

· Give Native owned businesses the opportunity to bid;

· Fill out and negotiate a compliance plan prior to commencing work; and

· Pay 1.75% TERO fee on all construction projects over $10,000

FREQUENTLY ASKED QUESTIONSThe following presents a list of the most frequently asked questions and inquiries about NativeAmerican Preference and Tribal Employment Rights Office (TERO).

1. WHAT IS THE PURPOSE OF TERO?

To access more employment & training opportunities for Native Americans and theirfamilies. To provide more business & economic opportunities for businesses owned byNative Americans.

2. WHY IS THERE A NEED FOR TERO?

Since unemployment rate in Native communities remains high, Tribes must take strongactions to protect the employment rights of Native American people.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 2

3. WHAT ARE THE BASIC REQUIREMENTS OF TERO?All employers operating within tribal jurisdiction are required to provide Indian preferencein employment, training, contracting, and subcontracting. Following are the majorprovisions and requirements found in most TERO Codes that employers must adheretoo:A. To ensure Native preference, employers need to submit and negotiate a detailed

compliance plan of employer workforce needs with a TERO Compliance Officer.

B. To utilize the TERO skills banks for all referrals and consider Native applicants beforeinterviewing or hiring any Non-Native worker.

C. To negotiate with the TERO Compliance Officer(s) the specific number of Natives ineach job classification and to cooperate with tribal training programs to hire a certainnumber of trainees.

D. To eliminate all extraneous job qualification criteria or personnel requirements whichmay act as a barrier to Native employment. TEROs are guided by EEOC guidelinesfor verifying legitimate Bona-fide Occupational Qualifications (BFOQ's).

E. To keep in contact with the TERO office in order to resolve any employee problemsand issues.

F. To acknowledge and respect tribal religious beliefs and cultural difference and tocooperate with TERO to provide reasonable accommodations.

G. All employers who have collective bargaining agreements with one or more unionsmust secure a written agreement from their unions indicating that they will complywith TERO.

H. The TERO certified worker shall be treated the same as the other employees. Therewill be a Zero tolerance to discrimination within the boundaries of the TulalipReservation.

The success of TERO programs can be directly attributed to the fact that these programsembody all of the critical elements listed above.4. WHAT IS A COMPLIANCE PLAN?

A Compliance Plan is a written document that provides detailed descriptions of aconstruction project with all the pertinent information. This is where you list your keypersonnel and your work force needs. A Key employee is a permanent employee who isin a supervisory or specialized position and without this person an employer would facea financial loss. This document is then negotiated with a TERO Compliance Officer forapproval.

5. WHAT TERO REQUIREMENTS ARE THERE IN CONTRACTING BIDS?

The TERO Office has a Native American Owned Business Registry (NAOB) in whichTERO certifies that the companies are owned by Native Americans. The TERO Coderequires that Contractors and or Subcontractors provide opportunities to every NAOB thatis qualified to do the work.

6. IS THERE A DIFFERENCE BETWEEN TRIBAL AND NATIVE AMERICANPREFERENCE?

Yes, on Tribally funded projects TERO can require Tribal member preference. This ispermissible under Federal law because tribes are exempt from Title VII of the Civil RightsAct, Executive Order 11246 and most other employment rights legislation. Native

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 3

American preference is permissible under some federal laws i.e., Indian SelfDetermination Act, Buy Indian Act and under most federal laws.

7. WHAT IS THE EXTENT OF TERO JURISDICTION?

A Tribe has the authority to enact and enforce any Indian employment preference lawthat is grounded in its inherent sovereign powers of self-government. This legal doctrineis the most basic principle of Indian law and is supported by a host of Supreme Courtdecisions. The jurisdiction is legally described or defined by treaty or legislation. Theexterior boundaries of the reservation including cede territories and lands wherejurisdiction has not been extinguished. TERO has a political preference, not a racialpreference and does not violate Title VII or any other Federal Employment Law.

8. ARE THERE ANY EXEMPTIONS TO TERO REQUIREMENTS?

Yes, there are several exemptions. Direct employment by Federal / State governments,schools, churches and some non-profits are not covered by TERO. Some Tribes alsoexempt themselves from TERO coverage. It is important to note however, that anycontract or sub-contract let by any of these entities is covered by TERO.

9. WILL TERO INTERRUPT MY DAILY BUSINESS OPERATIONS?

No. Since TERO is pro-active, the compliance plans are signed by TERO and theemployer prior to the commencement of work prevents disputes. The ComplianceOfficers will monitor the TERO requirements by doing onsite compliance visits that wouldnot be detrimental to business operations. TERO can sanction employers for violationswhich may shut down operations but only in severe disputes and in accordance with theapplicable law.

10. DOESN'T TERO DO AWAY WITH THE COMPETITIVE BIDDING PROCESS AND FAIRCOMPETITION?

No. It provides preference to certified and qualified Native American businesses onprojects on or near the Tulalip Reservation. As with employment contracting preferenceis permissible or required under Federal, Tribal, State or other Local laws. Preference isnot provided to the exclusion of other businesses. Price and quality are still primaryconsiderations.

11. ARE EMPLOYERS PROTECTED AGAINST UNFAIR TERO VIOLATION CHARGES?

Yes. The first level of protection comes from the TERO Compliance Officer who handlesthe charge. These officers are trained to deal with facts and merits of the case beforemaking determinations. Beyond the TERO Commission, grievant can seek relief in theTribal and Federal Courts.

12. WHAT SANCTIONS DO EMPLOYERS FACE FOR VIOLATIONS OF TERO?

Violation of TERO requirements may result in severe sanctions. If the TERO officedetermines that employers willfully and intentionally breached TERO requirements.TERO may:A. Deny such party the right to commence business on the reservation;

B. Impose a civil fine on such party ranging on most reservations anywhere from $500.00to $5,000.00 per violation;

C. Terminate or suspend party's operation and deny them the rights to conduct furtherbusiness on the reservation; and or

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 4

D. Order any party to dismiss any illegally hired Non-Natives, take action to ensure futurecompliance and to make back payment of any lost wages be paid to the TEROcertified Native Americans.

13. CAN SANCTIONS IMPOSED BY THE TERO COMMISSION BE APPEALED?

Yes. Sanctions imposed by the TERO Commission can be appealed in tribal court.Appeals of tribal court decisions can be made to the federal court system.It is important to note that only one appeal to a TERO commission and tribal court decisionhas ever been appealed to the federal court. The case ended at the NinthCircuit Court of Appeals and Appellate that upheld the TERO complaint and the TribalCourts decisions.

14. ARE TERO FEES LEGAL?

Yes. Tribal authority to access a fee is equal to that of any government. Taxation, licensesand fees are a valuable source for financing Tribal governmental operations. Tribestherefore consider their social and economic needs and priorities and set the TEROrequirements to suit them just as National, State, and other units of government do.Many contractors without complaint pay taxes and comply with the governmentalrequirements of states, counties, etc., but openly oppose doing so with Tribes. This"cultural discrimination" is indicative of the lack of knowledge and acceptance of thesovereign authority of the Tribes. Employers can realize a substantial savings since Tribaltaxes or fees pre-empt state or other local taxation on the reservation projects often tothe benefit of the employer.The Tulalip Tribes’ TERO fee is 1.75% of total cost on any project over $10,000.TERO has the responsibility to ensure due process of the employer under the Tribal codeand that only qualified and screened referrals are made to the employer.

15. HOW HAVE VARIOUS FEDERAL, STATE AND OTHER AGENCIES VIEWED TERO INTHEIR OPERATION?

When TERO first appeared in the late seventies there was opposition from some anddifference from others. Over the past twenty years a great deal of progress has beenmade, some by direct legal action but most through pro-active, non-adversarial,synergistic effort. The results are Native American preference and TERO provisions,policies and procedures figure prominently in the following:A. The Civil Rights Handbook.

B. The Job Training and Partnership Act.

C. The Small Business Administration 8(a) Program.

D. Public Law 93-638, The Indian Education Assistance and Self-Determination Act of1974.

E. HUD Regulations.

F. BIA Acquisition Assistance Agreement 84-1.

G. EEOC / TERO Contracts.

H. OFCCP Indian Employment Initiative.

I. FHWA ISTEA "Indians in Highway Construction Initiative".

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 5

J. Indian Health Service Alaska Native Hiring Agreement.

K. US DOL/BAT Notice 84-1.

L. Indian Education Impact and Programs Under PL 81-815 (Construction) and PL 81-874 (OPS/Admin).

CONTRACTORSThe following outlines the TERO expectations and responsibilities placed on all contractors andsubcontractors doing work on or near the Tulalip Reservation. This document should be readcarefully, along with the TERO Code. If you have any questions or concerns contact a TEROCompliance Officer.TERO ACKNOWLEDGMENT:

Requirement: The contractor / employer must comply with all rules and regulations as set forth in theTERO Code. This agreement will be affirmed in writing and will be signed and dated by the TEROManager. Furthermore, if a project is expected to be of one month duration or more, the contractormust arrange a pre-construction meeting with the TERO Manager or TERO Compliance Officersprior to submitting a Compliance Plan to the TERO department.TERO LIAISON:

Requirement: All contractors and employers must designate a responsible company official tocoordinate all employment, training and contracting related activities with the TERO department toensure that the company is in compliance with the TERO Code during all phases of the project.NATIVE AMERICAN OWNED BUSINESS REGISTRY:

Requirement: The TERO Office maintains a certified Native American Owned Business Registry. Allthe businesses on the registry need to be given the opportunity to bid on any projects that they arequalified for. If they are within ten-percent (10%) of the lowest bid, you need to negotiate to see ifthey can reduce their price. But the fact remains that the bid will be awarded on: price, quality andcapability unless other requirements are set forth in the bid documents.TERO COMPLIANCE PLAN:

Requirement: All contractors, sub-contractors and or employers must have an approved writtencompliance agreement filed, negotiated and approved by the TERO Office prior to commencementof any construction activities on the Tulalip Reservation. There is a 1.75% TERO fee on any projectsover $10,000 to be paid in full or negotiated with the TERO Compliance Officers.COMPLIANCE PLAN WORKFORCE/ KEY EMPLOYEE:

Requirement: Contractors and or Employers shall be required to hire and maintain as many TERO /Native American preference employees as apply for and are qualified for each craft or skill.Exception: Prior to commencing work on the Tulalip Reservation the prospective employer,contractor and subcontractors shall identify key and permanent employees.Key employee: One who is in a top supervisory position or performs a critical function such that anemployer would risk likely financial damage or loss if that task were assigned to a person unknownto the employer. An employee who is hired on a project by project basis may be considered a keyemployee so long as they are in a top supervisory position or perform a critical function.Permanent employee: One who is and had been on the employers’ or contractors’ annual pay rollfor a period of one year continuously, working in a regular position for the employer, or is an ownerof the firm. An employee who is hired on a project by project basis shall not be considered apermanent employee.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 6

Non-preferred Permanent and Key Employee(s) shall not exceed 20% of the workforce. Permanentand Key employees are subject to TERO approval and TERO may require a position to be openedup to all preference workers.TERO HIRING HALL & RECRUITMENT EFFORTS:

Requirement: Contractor or employer is required to contact the TERO Office for recruiting andplacement services on all non-key positions. The TERO Office shall be given a minimum of (72)seventy-eight hours to furnish a qualified referral. Furthermore contractors and employers arerequired to provide TERO with a written list of their projected workforce needs, job classifications,openings, hiring policies, rate of pay, experience / skill requirements, employment screeningprocedures and anticipated duration of employment.NATIVE PREFERENCE:

Requirement: All contractors, businesses and employers operating within the boundaries of theReservation, or on Tribal projects off the reservation shall give preference in hiring, promotion,training, layoffs, recall, and all other aspects of employment, unless other contractual agreements orfederal requirements restrict the preference specified below. The order of preference shall be givento the following persons in the following enumerated order:

1) Enrolled Tulalip Tribal Members2) Spouses, Parent of a tribal member child, biological child born to an enrolled Tulalip Tribal

Member, current legal guardian of a Tribal Member dependent child (with a proper letter oftemporary or permanent legal guardianship from a court), or a tribal member in a domesticpartner relationship (with documentation).

3) Other Natives/Indians shall mean any member of a federally recognized Indian tribe, nationor band, including members of federally recognized Alaskan Native villages or communities.

4) Spouse of federally recognized Native American5) Regular current employees of the all Tulalip Tribal entities6) Other

Exception: Where prohibited by contractual agreements or federal requirements, the above order ofpreference set out in subsection 1.8, shall not apply. In such cases preference shall be given inaccordance with the applicable contractual agreement, federal requirement, or Federal Law.Requirement: If the TERO Office is unable to refer an adequate number of qualified, preferredemployees for a Contractor, TERO will notify the Contractor who may fill the remaining positions withnon-TERO workers. When this occurs, TERO work permits may be valid for one month from the dateof issuance and may be renewed. Work permits are non-transferable.Requirement: When work permits are issued, the contractor is still required to notify the TERO Officeof all future job openings on the project so that qualified, preferred employees have an opportunityto be dispatched.JOB QUALIFICATIONS, PERSONNEL REQUIREMENTS & RELIGIOUS ACCOMMODATIONS:

Requirement: An employer may not use any job qualification criteria or personnel requirements whichserve as barriers to the employment of Natives which are not required by business necessity. TheTERO department will review the job duties and may require the employer to eliminate the personnelrequirements at issue. Employers shall also make reasonable accommodation to the religious beliefsand cultural traditions of Native workers.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington TERO - 7

TRAINING:

Requirement: Contractors and or Employers may be required to develop on the job trainingopportunities and or participate in Tribal or local training programs, including upgrading programs,and apprenticeship or other trainee programs relevant to the employer's needs.LAY-OFFS:

Requirement: TERO preference employees shall not be laid off where non-TERO preferenceemployees are still working. If the employer lays-off employees by crews, classifications or othercategories, qualified TERO preference employees shall be transferred to crews or positions that willbe retained. This section does not apply to key or permanent employees.

NOTE: The TERO Office is here to help in any way we can. Communication with the TEROCompliance Officers is very important in that it will help ensure the job to run smoothly.

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 1 of 38SEPTEMBER 2017

THE TULALIP TRIBES OF WASHINGTONCONTRACT AGREEMENT

FORI-5/116TH STREET NE INTERCHANGE IMPROVEMENTS

PHASE 4 RAMPSTULALIP TRIBES BID SOLICITATION NO. 17-007

This agreement entered into this ___th day of ____________, 2014 between The TulalipTribes of Washington, 8802 27th Avenue, Tulalip, WA, 98271 hereinafter referred to as “TulalipTribes”, and___________, _____________________________ <insert Company name andaddress> hereinafter referred to as "Contractor".

WITNESSETH, that the Contractor and the Tulalip Tribes for the consideration stated hereinmutually agree as follows:

SECTION ONEDESCRIPTION OF WORK

This Contract consists of this written agreement and all appurtenant "contract documents"described in Section Six of this agreement. Contractor shall perform the following described workin accordance with this contract and the Scope of Work, incorporated as Bid Package No. 17-007– I-5/116th Street NE Interchange Improvements Phase 4 Ramps. This Tulalip Tribes projectprovides for the improvement of the 116th Street NE Interchange. The project includes new I-5 ramps, structural earth retaining walls, stormwater treatment facilities, signal,illumination, permanent signing, Intelligent Transportation System, and TemporaryErosion and Sediment Control, and other work, all in accordance with the attached ContractPlans, these Contract Provisions, and the Standard Specifications. The state maintains 116thStreet NE from that point to the approximately 100 feet east of the northbound ramps, City ofMarysville maintains 116th Street NE the remaining 450 feet to end of the project boundary. Theproject is located at the interchange of I-5 and 116th Street NE. The project includes I-5 fromMilepost (MP) 202.16 to MP 202.74 and is within Sections 8 and 9, Township 30 North, Range 5,East, of the Willamette Meridian, in Snohomish County, Washington. The project is located onthe Tulalip Tribes Reservation and within the City of Marysville.

SECTION TWOCONTRACT PRICE

The Tulalip Tribes agrees to pay Contractor for the Work described a total contract priceof $_________________________. Payment of this amount is subject to additions or deductionsin accordance with the bid unit price amounts listed in the schedule below, provisions of thiscontract and of any other documents to which this contract is subject. Contractor shall be entitledto full payment when contract work is completed and approved by the Tulalip Tribes. Progresspayments shall be made to the Contractor in accordance with the provisions of Section Three ofthis Contract.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 2 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 7.3

3 0049 EACH REMOVING DRAINAGE STRUCTURE 12.0

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 1.0 $ 9,500 $ 9,500

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 12,070

7 0145 L.F. REMOVING CONC. BARRIER 2,307

8 0170 L.F. REMOVING GUARDRAIL 2,450

9 0182 EACH REMOVING GUARDRAIL ANCHOR 3.0

10 L.F. REMOVING DRAINAGE PIPE 1,002

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 3,820

12 0405 C.Y. COMMON BORROW INCL. HAUL 7.0

13 0431 TON GRAVEL BORROW INCL. HAUL 113,550

14 0470 C.Y. EMBANKMENT COMPACTION 47,410

15 C.Y. POND EXCAVATION INCL. HAUL 2,060

16 C.Y. COMPACTED TILL 551

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 762

18 1054 EACH GRATE INLET TYPE 2 6.0

19 1086 TON QUARRY SPALLS 55

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 55

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 130

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN.DIAM. 34

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 1.0

24 3091 EACH CATCH BASIN TYPE 1 10

25 EACH TEMPORARY CATCH BASIN TYPE 1 1.0

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 3.0

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 1.0

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 3 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

28 3151 L.F. TESTING STORM SEWER PIPE 2,302

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE12 IN. DIAM. 757

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 1,291

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 97

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 157

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 775

38 4147 LB. EPOXY-COATED ST. REINF. BAR 10,870

39 4166 C.Y. LEAN CONCRETE 3.0

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 49

41 4117 L.F. PEDESTRIAN BARRIER 4.0

42 4119 L.F. SEW TRAFFIC BARRIER 270

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 163

44 4456 S.Y. SCARIFYING CONC. SURFACE 2.0

45 7169 S.F. STRUCTURAL EARTH WALL 7,095

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETEPAVEMENT CLASS 4000 281

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 8030

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 8,270

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 67

51 5767 TON HMA CL. 1/2 IN. PG 64-22 11,795

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 4 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

52 5830 CALC JOB MIX COMPLIANCE PRICEADJUSTMENT 1.0 $ 28,308.00 $ 28,308.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 18,872.00 $ 18,872.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 840.00 $ 840.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 289

56 6453 S.Y. COMPOST BLANKET 75

57 6463 L.F. CHECK DAM 40

58 6471 EACH INLET PROTECTION 50

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 1,890

60 6470 HR STREET CLEANING 708

61 6479 L.F. WATTLE 900

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $218,400.00 $218,400.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 5.05

64 6405 C.Y. TOPSOIL TYPE A 1,661

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 4,200 $ 4,200

66 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#2 CONT/ 24" HT) 135

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 14

68 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#1 CONT / 16" HT) 332

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA(#1 CONT / 30" HT) 147

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 238

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 661

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 661

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 440

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 661

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 661

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 1,321

77 C.Y. FINE COMPOST 18

78 EACH WATER BAGS 149

79 ACRE SOIL DECOMPACTION 3.0

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 5 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

80 6529 C.Y. SOIL AMENDMENT 5.6

81 6579 ACRE WOOD CHIP MULCH 1.7

82 6630 L.F. HIGH VISIBILITY FENCE 2,170

83 6635 L.F. HIGH VISIBILITY SILT FENCE 1,340

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 1,225

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 1,073

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 1,007

87 6727 L.F. EXTRUDED CURB 113

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 1,704

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 42

90 6757 L.F. BEAM GUARDRAIL TYPE 31 2,551

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 4.0

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 4.0

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 5.0

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 1.0

95 7442 EACH PERMANENT IMPACT ATTENUATOR 1.0

96 6832 EACH FLEXIBLE GUIDE POST 104

97 6830 EACH BARRIER DELINEATOR 14

98 6807 L.F. PLASTIC LINE 11,686

99 6809 L.F. PROFILED PLASTIC LINE 8,047

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 5,323

101 6818 L.F. PLASTIC WIDE LINE 2,520

102 6857 S.F. PLASTIC CROSSWALK LINE 816

103 6859 L.F. PLASTIC STOP LINE 194

104 6833 EACH PLASTIC TRAFFIC ARROW 36

105 6871 EACH PLASTIC TRAFFIC LETTER 25

106 6881 EACH PLASTIC DRAINAGE MARKING 47

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 6 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 1.0

111 6897 L.S. SIGN BRIDGE NO. 2 1.0

112 6897 L.S. SIGN BRIDGE NO. 3 0.0 $ 0.00 $ 0.00

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 1.0

115 6914 L.S. ITS 1.0

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 1.0

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 843

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASSB 5,280

120 7029 EACH PLUGGING EXISTING PIPE 3.0

121 7037 L.S. STRUCTURE SURVEYING 1.0

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 1.0 $ 15,000.00 $ 15,000.00

124 L.S. ADA FEATURES SURVEYING 1.0

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 10

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 2

127 7080 L.F. CABLE FENCE 375

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 40

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 4.0

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 1.0

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 7.0

132 3100 EACH ADJUST CATCH BASIN 1.0

133 3110 EACH LOCKING SOLID METAL COVER ANDFRAME FOR CATCH BASIN 1.0

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 1.0

135 7400 HR TRAINING 1,350

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 24,000.00 $ 24,000.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 10,000.00 $ 10,000.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 7 of 38SEPTEMBER 2017

Schedule AWork within the Tribal Reservation Boundary20

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

138 7728 EST. MINOR CHANGE 1.0 $ 50,000.00 $ 50,000.00

139 7736 L.S. SPCC PLAN 1.0

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 140

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 3,227

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 9,450

144 EACH INSTALL RECTANGULAR VANED GRATE 9.0

Sub Total Schedule A

TERO Fee 1.75%

Total Schedule A

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 8 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 1.2

3 0049 EACH REMOVING DRAINAGE STRUCTURE 2.0

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 3,400

7 0145 L.F. REMOVING CONC. BARRIER 70

8 0170 L.F. REMOVING GUARDRAIL 620

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 129

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 30

12 0405 C.Y. COMMON BORROW INCL. HAUL 7

13 0431 TON GRAVEL BORROW INCL. HAUL 220

14 0470 C.Y. EMBANKMENT COMPACTION 1,170

15 C.Y. POND EXCAVATION INCL. HAUL 10,260

16 C.Y. COMPACTED TILL 1,143

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 269

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 63

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 60

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 1.0

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 9 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

28 3151 L.F. TESTING STORM SEWER PIPE 177

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE12 IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 177

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 52

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 86

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETEPAVEMENT CLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 290

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 2,100

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 161

51 5767 TON HMA CL. 1/2 IN. PG 64-22 480

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 10 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

52 5830 CALC JOB MIX COMPLIANCE PRICEADJUSTMENT 1.0 $ 1,152.00 $ 1,152.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 768.00 $ 768.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 420.00 $ 420.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 33

56 6453 S.Y. COMPOST BLANKET 25

57 6463 L.F. CHECK DAM 30

58 6471 EACH INLET PROTECTION 5.0

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 1,300

60 6470 HR STREET CLEANING 236

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $ 40,950.00 $ 40,950.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 1.29

64 6405 C.Y. TOPSOIL TYPE A 18

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 2,100.00 $ 2,100.00

66 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#2 CONT/ 24" HT) 26

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 11

68 6552 EACHPSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#1 CONT / 16"HT)

127

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA(#1 CONT / 30" HT) 57

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 99

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 339

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 339

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 226

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 339

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 339

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 678

77 C.Y. FINE COMPOST 5.0

78 EACH WATER BAGS 37

79 ACRE SOIL DECOMPACTION 1.5

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 11 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

80 6529 C.Y. SOIL AMENDMENT 2.1

81 6579 ACRE WOOD CHIP MULCH 0.8

82 6630 L.F. HIGH VISIBILITY FENCE 360

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 321

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 272

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 492

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 0.0 $ 0.00 $ 0.00

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 1.0

97 6830 EACH BARRIER DELINEATOR 1.0

98 6807 L.F. PLASTIC LINE 724

99 6809 L.F. PROFILED PLASTIC LINE 685

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 446

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 5.0

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 4.0

107 9238 EACH PLASTIC YIELD LINE SYMBOL 15

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 2.6

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 12 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 1.0

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 239

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASSB 1,530

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER ANDFRAME FOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 4,500.00 $ 4,500.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 5,000.00 $ 5,000.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 13 of 38SEPTEMBER 2017

Schedule BWork within the WSDOT Right of Way, Outside the Tribal Reservation Boundary

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity UNIT PRICE TOTAL

COST

138 7728 EST. MINOR CHANGE 1.0 $ 25,000.00 $ 25,000.00

139 7736 L.S. SPCC PLAN 1.0

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 20

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 100

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 197

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 5.0

Sub Total Schedule B

TERO Fee 1.75%

Total Schedule B

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 14 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 0.3

3 0049 EACH REMOVING DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 1.0

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 90

7 0145 L.F. REMOVING CONC. BARRIER 0.0 $ 0.00 $ 0.00

8 0170 L.F. REMOVING GUARDRAIL 0.0 $ 0.00 $ 0.00

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 0.0 $ 0.00 $ 0.00

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

12 0405 C.Y. COMMON BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

13 0431 TON GRAVEL BORROW INCL. HAUL 30

14 0470 C.Y. EMBANKMENT COMPACTION 0.0 $ 0.00 $ 0.00

15 C.Y. POND EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

16 C.Y. COMPACTED TILL 0.0 $ 0.00 $ 0.00

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 22

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 0.0 $ 0.00 $ 0.00

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 15 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 0.0 $ 0.00 $ 0.00

28 3151 L.F. TESTING STORM SEWER PIPE 0.0 $ 0.00 $ 0.00

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE 12IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 0.0 $ 0.00 $ 0.00

34 EACH 2" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 0.0 $ 0.00 $ 0.00

36 EACH 1" COMBINATION AIR RELEASE VALVE 0.0 $ 0.00 $ 0.00

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 0.0 $ 0.00 $ 0.00

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 0.0 $ 0.00 $ 0.00

47 C.Y. TEXTURED CEMENT CONCRETE PAVEMENTCLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 130

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 970

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 161

51 5767 TON HMA CL. 1/2 IN. PG 64-22 50

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 16 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

52 5830 CALC JOB MIX COMPLIANCE PRICE ADJUSTMENT 1.0 $ 120.00 $ 120.00

53 5835 CALC COMPACTION PRICE ADJUSTMENT 1.0 $ 80.00 $ 80.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 1.0 $ 140.00 $ 140.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 64

56 6453 S.Y. COMPOST BLANKET 0.0 $ 0.00 $ 0.00

57 6463 L.F. CHECK DAM 15

58 6471 EACH INLET PROTECTION 2.0

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 0.0 $ 0.00 $ 0.00

60 6470 HR STREET CLEANING 319

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 1.0 $ 13,650.00 $ 13,650.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 0.16

64 6405 C.Y. TOPSOIL TYPE A 0.0 $ 0.00 $ 0.00

65 6545 EST. WEED AND PEST CONTROL 1.0 $ 700.00 $ 700.00

66 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

68 6552 EACH PSIPE-PSEUDOTSUGA MENZIESII/DOUGLASFIR (#1 CONT / 16" HT) 19

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA (#1CONT / 30" HT) 9

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 15

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 52

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 52

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 34

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 52

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 52

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 103

77 C.Y. FINE COMPOST 0.0 $ 0.00 $ 0.00

78 EACH WATER BAGS 0.0 $ 0.00 $ 0.00

79 ACRE SOIL DECOMPACTION 0.5

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 17 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

80 6529 C.Y. SOIL AMENDMENT 0.3

81 6579 ACRE WOOD CHIP MULCH 0.1

82 6630 L.F. HIGH VISIBILITY FENCE 220

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 216

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 0.0 $ 0.00 $ 0.00

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 664

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 31

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 0.0 $ 0.00 $ 0.00

97 6830 EACH BARRIER DELINEATOR 0.0 $ 0.00 $ 0.00

98 6807 L.F. PLASTIC LINE 1,600

99 6809 L.F. PROFILED PLASTIC LINE 658

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 361

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 2.0

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 1.0

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 18 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

109 6890 L.S. PERMANENT SIGNING 1.0

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 1.0

113 6904 L.S. ILLUMINATION SYSTEM 1.0

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 12

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASS B 0.0 $ 0.00 $ 0.00

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 1.0

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER AND FRAMEFOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 1.0 $ 1,500.00 $ 1,500.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 1.0 $ 5,000.00 $ 5,000.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 19 of 38SEPTEMBER 2017

Schedule CWork within the City of Marysville, Outside WSDOT Right of Way

BIDITEM

#STD

ITEM # UNIT ITEM TotalQuantity

UNITPRICE

TOTALCOST

138 7728 EST. MINOR CHANGE 0.0 $ 0.00 $ 0.00

139 7736 L.S. SPCC PLAN 0.0 $ 0.00 $ 0.00

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 0.0 $ 0.00 $ 0.00

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 0.0 $ 0.00 $ 0.00

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 1.0

Sub Total Schedule C

TERO Fee 1.75%

Total Schedule C

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 20 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

SECTION 1: PREPARATION

1 0001 L.S. MOBILIZATION 1.0

2 0025 ACRE CLEARING AND GRUBBING 0.0 $ 0.00 $ 0.00

3 0049 EACH REMOVING DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

4 0050 L.S. REMOVAL OF STRUCTURES ANDOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

5 0258 EST. REMOVING SIGN STRUCTURE SHAFTOBSTRUCTIONS 0.0 $ 0.00 $ 0.00

6 0120 S.Y. REMOVING ASPHALT CONC. PAVEMENT 0.0 $ 0.00 $ 0.00

7 0145 L.F. REMOVING CONC. BARRIER 0.0 $ 0.00 $ 0.00

8 0170 L.F. REMOVING GUARDRAIL 0.0 $ 0.00 $ 0.00

9 0182 EACH REMOVING GUARDRAIL ANCHOR 0.0 $ 0.00 $ 0.00

10 L.F. REMOVING DRAINAGE PIPE 0.0 $ 0.00 $ 0.00

SECTION 2: GRADING

11 0310 C.Y. ROADWAY EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

12 0405 C.Y. COMMON BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

13 0431 TON GRAVEL BORROW INCL. HAUL 0.0 $ 0.00 $ 0.00

14 0470 C.Y. EMBANKMENT COMPACTION 0.0 $ 0.00 $ 0.00

15 C.Y. POND EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

16 C.Y. COMPACTED TILL 0.0 $ 0.00 $ 0.00

SECTION 4: DRAINAGE

17 1030 C.Y. DITCH EXCAVATION INCL. HAUL 0.0 $ 0.00 $ 0.00

18 1054 EACH GRATE INLET TYPE 2 0.0 $ 0.00 $ 0.00

19 1086 TON QUARRY SPALLS 0.0 $ 0.00 $ 0.00

20 1182 L.F. SCHEDULE A CULV. PIPE 18 IN. DIAM. 0.0 $ 0.00 $ 0.00

21 1188 L.F. SCHEDULE B CULV. PIPE 12 IN. DIAM. 0.0 $ 0.00 $ 0.00

22 1292 L.F. CL. V REINF. CONC. CULV. PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 5: STORM SEWER

23 3090 EACH CATCH BASIN TYPE 1L 0.0 $ 0.00 $ 0.00

24 3091 EACH CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

25 EACH TEMPORARY CATCH BASIN TYPE 1 0.0 $ 0.00 $ 0.00

26 3105 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 0.0 $ 0.00 $ 0.00

27 EACH CATCH BASIN TYPE 2 48 IN. DIAM. W/DEBRIS CAGE 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 21 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

28 3151 L.F. TESTING STORM SEWER PIPE 0.0 $ 0.00 $ 0.00

29 3480 L.F. CL. V REINF. CONC. STORM SEWER PIPE12 IN. DIAM. 0.0 $ 0.00 $ 0.00

30 3541 L.F. SCHEDULE A STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

31 3542 L.F. SCHEDULE A STORM SEWER PIPE 18 IN.DIAM. 0.0 $ 0.00 $ 0.00

32 3550 L.F. SCHEDULE B STORM SEWER PIPE 12 IN.DIAM. 0.0 $ 0.00 $ 0.00

SECTION 6: SANITARY SEWER

33 L.F. 8 IN. SANITARY SEWER FORCE MAIN ONBRIDGE 155

34 EACH 2" COMBINATION AIR RELEASE VALVE 1.0

SECTION 7: WATER LINES

35 L.F. 8 IN. WATER LINE ON BRIDGE 309

36 EACH 1" COMBINATION AIR RELEASE VALVE 2.0

SECTION 8: STRUCTURE

37 4006 C.Y. STRUCTURE EXCAVATION CLASS A INCL.HAUL 0.0 $ 0.00 $ 0.00

38 4147 LB. EPOXY-COATED ST. REINF. BAR 0.0 $ 0.00 $ 0.00

39 4166 C.Y. LEAN CONCRETE 0.0 $ 0.00 $ 0.00

40 4202 C.Y. CONC. CLASS 4000 FOR TRAFFIC ISLAND 0.0 $ 0.00 $ 0.00

41 4117 L.F. PEDESTRIAN BARRIER 0.0 $ 0.00 $ 0.00

42 4119 L.F. SEW TRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

43 4121 L.F. GEOSYNTHETIC WALL SINGLE SLOPETRAFFIC BARRIER 0.0 $ 0.00 $ 0.00

44 4456 S.Y. SCARIFYING CONC. SURFACE 0.0 $ 0.00 $ 0.00

45 7169 S.F. STRUCTURAL EARTH WALL 0.0 $ 0.00 $ 0.00

46 EACH CORE DRILLED BRIDGE DECK 3.0

47 C.Y. TEXTURED CEMENT CONCRETEPAVEMENT CLASS 4000 0.0 $ 0.00 $ 0.00

SECTION 9: SURFACING

48 5100 TON CRUSHED SURFACING BASE COURSE 0.0 $ 0.00 $ 0.00

SECTION 14: HOT MIX ASPHALT

49 5711 S.Y. PLANING BITUMINOUS PAVEMENT 0.0 $ 0.00 $ 0.00

50 5717 TON HMA FOR PRELEVELING CL. 1/2 IN. PG 64-22 0.0 $ 0.00 $ 0.00

51 5767 TON HMA CL. 1/2 IN. PG 64-22 0.0 $ 0.00 $ 0.00

52 5830 CALC JOB MIX COMPLIANCE PRICEADJUSTMENT 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 22 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

53 5835 CALC COMPACTION PRICE ADJUSTMENT 0.0 $ 0.00 $ 0.00

54 5837 CALC ASPHALT COST PRICE ADJUSTMENT 0.0 $ 0.00 $ 0.00

SECTION 17: EROSION CNTL AND ROADSIDE RESTORATION

55 6403 DAY ESC LEAD 0.0 $ 0.00 $ 0.00

56 6453 S.Y. COMPOST BLANKET 0.0 $ 0.00 $ 0.00

57 6463 L.F. CHECK DAM 0.0 $ 0.00 $ 0.00

58 6471 EACH INLET PROTECTION 0.0 $ 0.00 $ 0.00

59 6468 S.Y. STABILIZED CONSTRUCTION ENTRANCE 0.0 $ 0.00 $ 0.00

60 6470 HR STREET CLEANING 0.0 $ 0.00 $ 0.00

61 6479 L.F. WATTLE 0.0 $ 0.00 $ 0.00

62 6490 EST. EROSION/WATER POLLUTION CONTROL 0.0 $ 0.00 $ 0.00

63 6414 ACRE SEEDING, FERTILIZING, AND MULCHING 0.0 $ 0.00 $ 0.00

64 6405 C.Y. TOPSOIL TYPE A 0.0 $ 0.00 $ 0.00

65 6545 EST. WEED AND PEST CONTROL 0.0 $ 0.00 $ 0.00

66 6552 EACH PSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

67 6552 EACH PSIPE-THUJA PLICATA/WESTERNREDCEDAR (#2 CONT/ 24" HT) 0.0 $ 0.00 $ 0.00

68 6552 EACHPSIPE-PSEUDOTSUGAMENZIESII/DOUGLAS FIR (#1 CONT / 16"HT)

0.0 $ 0.00 $ 0.00

69 6552 EACH PSIPE-RHAMNUS PURSHIANA/CASCARA(#1 CONT / 30" HT) 0.0 $ 0.00 $ 0.00

70 6552 EACH PSIPE-THUJA PLICATA/WESTERN REDCEDAR (#1 CONT / 16" HT) 0.0 $ 0.00 $ 0.00

71 6552 EACH PSIPE-ACER CIRCINATUM/VINE MAPLE (#1CONT / 12" HT) 0.0 $ 0.00 $ 0.00

72 6552 EACH PSIPE-CORYLUS CORNUTA/BEAKEDHAZELNUT (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

73 6552 EACH PSIPE-MAHONIA AQUIFOLIUM/TALLOREGON GRAPE (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

74 6552 EACH PSIPE-PHILADELPHUS LEWISII/MOCKORANGE (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

75 6552 EACH PSIPE-ROSA NUTKANA/NOOTKA ROSE (#1CONT / 12" HT) 0.0 $ 0.00 $ 0.00

76 6552 EACH PSIPE-SYMPHORICARPOSALBUS/SNOWBERRY (#1 CONT / 12" HT) 0.0 $ 0.00 $ 0.00

77 C.Y. FINE COMPOST 0.0 $ 0.00 $ 0.00

78 EACH WATER BAGS 0.0 $ 0.00 $ 0.00

79 ACRE SOIL DECOMPACTION 0.0 $ 0.00 $ 0.00

80 6529 C.Y. SOIL AMENDMENT 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 23 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

81 6579 ACRE WOOD CHIP MULCH 0.0 $ 0.00 $ 0.00

82 6630 L.F. HIGH VISIBILITY FENCE 0.0 $ 0.00 $ 0.00

83 6635 L.F. HIGH VISIBILITY SILT FENCE 0.0 $ 0.00 $ 0.00

84 6455 S.Y. BIODEGRADABLE EROSION CONTROLBLANKET 0.0 $ 0.00 $ 0.00

SECTION 18: TRAFFIC

85 6700 L.F. CEMENT CONC. TRAFFIC CURB ANDGUTTER 0.0 $ 0.00 $ 0.00

86 6701 L.F. CEMENT CONC. TRAFFIC CURB 0.0 $ 0.00 $ 0.00

87 6727 L.F. EXTRUDED CURB 0.0 $ 0.00 $ 0.00

88 6840 L.F. PRECAST SLOPED MOUNTABLE CURB 0.0 $ 0.00 $ 0.00

89 6841 L.F. PRECAST DUAL FACED SLOPEDMOUNTABLE CURB 0.0 $ 0.00 $ 0.00

90 6757 L.F. BEAM GUARDRAIL TYPE 31 0.0 $ 0.00 $ 0.00

91 6760 EACH BEAM GUARDRAIL TRANSITION SECTIONTYPE 21 0.0 $ 0.00 $ 0.00

92 6719 EACH BEAM GUARDRAIL TYPE 31 NON-FLAREDTERMINAL 0.0 $ 0.00 $ 0.00

93 6766 EACH BEAM GUARDRAIL ANCHOR TYPE 10 0.0 $ 0.00 $ 0.00

94 6779 EACH CAST-IN-PLACE CONC. BARRIER LIGHTSTANDARD SECTION 0.0 $ 0.00 $ 0.00

95 7442 EACH PERMANENT IMPACT ATTENUATOR 0.0 $ 0.00 $ 0.00

96 6832 EACH FLEXIBLE GUIDE POST 0.0 $ 0.00 $ 0.00

97 6830 EACH BARRIER DELINEATOR 0.0 $ 0.00 $ 0.00

98 6807 L.F. PLASTIC LINE 0.0 $ 0.00 $ 0.00

99 6809 L.F. PROFILED PLASTIC LINE 0.0 $ 0.00 $ 0.00

100 6845 L.F. PROFILED PLASTIC WIDE LANE LINE 0.0 $ 0.00 $ 0.00

101 6818 L.F. PLASTIC WIDE LINE 0.0 $ 0.00 $ 0.00

102 6857 S.F. PLASTIC CROSSWALK LINE 0.0 $ 0.00 $ 0.00

103 6859 L.F. PLASTIC STOP LINE 0.0 $ 0.00 $ 0.00

104 6833 EACH PLASTIC TRAFFIC ARROW 0.0 $ 0.00 $ 0.00

105 6871 EACH PLASTIC TRAFFIC LETTER 0.0 $ 0.00 $ 0.00

106 6881 EACH PLASTIC DRAINAGE MARKING 0.0 $ 0.00 $ 0.00

107 9238 EACH PLASTIC YIELD LINE SYMBOL 0.0 $ 0.00 $ 0.00

108 6884 HUND RAISED PAVEMENT MARKER TYPE 2 0.0 $ 0.00 $ 0.00

109 6890 L.S. PERMANENT SIGNING 0.0 $ 0.00 $ 0.00

110 6897 L.S. SIGN BRIDGE NO. 1 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 24 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

111 6897 L.S. SIGN BRIDGE NO. 2 0.0 $ 0.00 $ 0.00

112 6897 L.S. SIGN BRIDGE NO. 3 0.0 $ 0.00 $ 0.00

113 6904 L.S. ILLUMINATION SYSTEM 0.0 $ 0.00 $ 0.00

114 6912 L.S. TRAFFIC SIGNAL SYSTEM 0.0 $ 0.00 $ 0.00

115 6914 L.S. ITS 0.0 $ 0.00 $ 0.00

116 6971 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 0.0 $ 0.00 $ 0.00

SECTION 19: OTHER ITEMS

117 7003 L.S. TYPE B PROGRESS SCHEDULE 0.0 $ 0.00 $ 0.00

118 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL.HAUL 0.0 $ 0.00 $ 0.00

119 7008 S.F. SHORING OR EXTRA EXCAVATION CLASSB 0.0 $ 0.00 $ 0.00

120 7029 EACH PLUGGING EXISTING PIPE 0.0 $ 0.00 $ 0.00

121 7037 L.S. STRUCTURE SURVEYING 0.0 $ 0.00 $ 0.00

122 7038 L.S. ROADWAY SURVEYING 0.0 $ 0.00 $ 0.00

123 7040 EST. LICENSED SURVEYING 0.0 $ 0.00 $ 0.00

124 L.S. ADA FEATURES SURVEYING 0.0 $ 0.00 $ 0.00

125 7058 EACH CEMENT CONC. CURB RAMP TYPE A 0.0 $ 0.00 $ 0.00

126 7058 EACH CEMENT CONC. CURB RAMP TYPE SINGLEDIRECTION MODIFIED 0.0 $ 0.00 $ 0.00

127 7080 L.F. CABLE FENCE 0.0 $ 0.00 $ 0.00

128 7088 L.F. COATED CHAIN LINK FENCE TYPE 4 0.0 $ 0.00 $ 0.00

129 7098 EACH COATED END, GATE, CORNER, PULLPOSTFOR CHAIN LINK FENCE 0.0 $ 0.00 $ 0.00

130 7106 EACH DOUBLE 20 FT. COATED CHAIN LINK GATE 0.0 $ 0.00 $ 0.00

131 9605 EACH CONNECTION TO DRAINAGE STRUCTURE 0.0 $ 0.00 $ 0.00

132 3100 EACH ADJUST CATCH BASIN 0.0 $ 0.00 $ 0.00

133 3110 EACH LOCKING SOLID METAL COVER ANDFRAME FOR CATCH BASIN 0.0 $ 0.00 $ 0.00

134 7350 L.S. CLEANING EXISTING DRAINAGESTRUCTURE 0.0 $ 0.00 $ 0.00

135 7400 HR TRAINING 0.0 $ 0.00 $ 0.00

136 7480 EST. ROADSIDE CLEANUP 0.0 $ 0.00 $ 0.00

137 7725 EST. REIMBURSEMENT FOR THIRD PARTYDAMAGE 0.0 $ 0.00 $ 0.00

138 7728 EST. MINOR CHANGE 0.0 $ 0.00 $ 0.00

139 7736 L.S. SPCC PLAN 0.0 $ 0.00 $ 0.00

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 25 of 38SEPTEMBER 2017

Schedule DTULALIP TRIBES Utilities

BIDITEM #

STDITEM # UNIT ITEM Total

Quantity UNIT PRICE TOTALCOST

140 7535 S.Y. CONSTRUCTION GEOTEXTILE FOR DITCHLINING 0.0 $ 0.00 $ 0.00

141 7550 S.Y. CONSTRUCTION GEOTEXTILE FORUNDERGROUND DRAINAGE 0.0 $ 0.00 $ 0.00

142 7567 C.Y. GRAVEL BORROW FOR STRUCTURALEARTH WALL INCL. HAUL 0.0 $ 0.00 $ 0.00

143 7565 S.F. TEMPORARY GEOSYNTHETIC RETAININGWALL 0.0 $ 0.00 $ 0.00

144 EACH INSTALL RECTANGULAR VANED GRATE 0.0 $ 0.00 $ 0.00

Sub Total Schedule D

TERO Fee 1.75%

Total Schedule D

Schedule A Total:

Schedule B Total:

Schedule C Total:

Schedule D Total:

BID TOTAL:

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 26 of 38SEPTEMBER 2017

SECTION THREEPAYMENTS

The Tulalip Tribes shall make payment for a phase of the work to the Contractor no laterthan thirty (30) days after the Tulalip Tribes’ accounting department begins processingContractor’s invoice for that work. Such processing shall begin after Contractor presents theinvoices and deliverables to the Tulalip Tribes’ authorized representative and the authorizedrepresentative submits written approval to the accounting department for payment based on aninspection of the work. Payment by the Tulalip Tribes does not constitute a waiver of any claimsby the Tulalip Tribes against Contractor concerning or arising out of this agreement. Acceptanceof final payment by Contractor constitutes a waiver of all claims by Contractor.

Contractor agrees to maintain for inspection by the Tulalip Tribes for three years after finalpayment all books, records, documents, and other evidence pertaining to the costs and expensesof this agreement, hereinafter collectively called, “records”, to the extent and in such detail as willproperly reflect all net costs, direct and indirect, of labor, supplies, and services, and other costsof whatever nature for which reimbursement is claimed under the provisions of this agreement.

In the event payment for work performed under this agreement is made from federal orstate funds, Contractor shall abide by all applicable federal and state laws and regulationsgoverning such funds which laws and regulations are hereby incorporated by reference. Anyrights of the Contractor are subject to the limitations on and availability of such funds to the TulalipTribes.

Contractor shall not be entitled to any interest on any amount found due and owninghereunder, whether before or after judgment, but shall, at most, only be entitled to the amountspecified in Section Two – CONTRACT PRICE.

SECTION FOURSTARTING AND COMPLETION DATES

The date of commencement of the work shall be the date of this agreement unless adifferent date is made for the date to be fixed in a notice to proceed issued by the Tulalip Tribes.This agreement shall become effective upon its signing by the Tulalip Tribes and Contractor.

The contract time shall be measured from the date of commencement.

The Contractor shall diligently prosecute the Work and shall complete all Work so thatContract Completion can occur on or before two hundred (200) working days from the date of theNotice to Proceed, unless the Contractor timely requests and the Tulalip Tribes grants anextension of time in accordance with the Contract Documents.

It is understood and agreed that all Work shall be completed within the established timefor Contract Completion, and that each applicable portion of the Work shall be completed uponthe respective milestone completion date(s), unless the Contractor timely requests and the TulalipTribes grants an extension of time in accordance with the Contract Documents.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 27 of 38SEPTEMBER 2017

SECTION FIVELIQUIDATED DAMAGES

Upon failure to have all Work completed within the period of time above specified, or failureto have the applicable portion of the Work completed upon any milestone completion date, theTulalip Tribes shall be entitled to retain or recover from the Contractor, as Liquidated Damages,and not as a penalty, the applicable amount set forth in the 2016 WSDOT Standard Specificationsand the Special Provisions for each and every day or portion of a day thereafter until ContractCompletion, unless the Contractor timely requests and the Tulalip Tribes grants an extension oftime in accordance with the Contract Documents.

The amount of Liquidated Damages is agreed upon by and between the Contractor andthe Tulalip Tribes because of the impracticality and extreme difficulty of ascertaining the actualamount of damage the Tulalip Tribes would sustain.

SECTION SIXCONTRACT DOCUMENTS

The contract documents includes the following, which are incorporated by reference as iffully set forth herein (not in order of precedence), on which the agreement between the TulalipTribes and Contractor is based, in accordance with which the work is to be done, are as follows:

a. This agreement, together with such supplementary agreements and conditions as areattached hereto;

b. Proposal (Form of Bid);c. Table of Contents;d. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract

complete;e. Division 1 – General Requirements complete;f. Technical Specifications complete;g. Special Provision Complete;h. Amendments to the 2016 WSDOT Standard Specifications (8/7/17);i. 2016 WSDOT Standard Specifications;j. Contract Plans as listed in the Index on pages IN-1 & IN-2 of the Drawing Set complete

Volume 3 contains sheets 1-238;k. Appendix A Wage Ratesl. Appendix B Permitsm. Appendix C Geotechnical Reports –

· Geotechnical Report I-5, 116th Street NE Interchange Improvements prepared byPanGEO Incorporated dated November 30, 2011.

· Supplemented Final Geotechnical Report I-5, 116th Street NE InterchangeImprovements prepared by PanGEO Incorporated dated July 18, 2012.

· Final Geotechnical Report, Bridge Only - I-5 116th Street NE InterchangeImprovements prepared by PanGEO Incorporated dated July 10, 2013

These are for reference use only and are provided solely to share information availableto the Contacting Agency and any use of, or reliance upon, such items by theContractor is at the risk of the Contractor

n. The Tulalip Code, Chapter 9.05 – TERO Code;o. Addendum No. ______ dated ____________, 20_____; andp. Addendum No. ______ dated ____________, 20_____.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 28 of 38SEPTEMBER 2017

These contract documents together form the contract for the work herein described. Theparties intend that the documents include provisions for all labor, materials, equipment, supplies,and other items necessary for the execution and completion of the work and all terms andconditions of payment. The documents also include all work and procedures not expresslyindicated therein which are necessary for the proper execution of the project.

This agreement, including its referenced appendices, represents the entire and completeagreement between the parties and supersedes all prior negotiations, representations, oragreements either written or oral and may be amended or modified only in writing signed by bothparties. Nothing whatsoever in this agreement constitutes or shall be construed as a waiver of theTulalip Tribes of Washington’s sovereign immunity. This agreement shall not be valid unless eachand every signature designated below is affixed.

SECTION SEVENAUTHORITY OF TULALIP TRIBES’ REPRESENTATIVE(S)

The Tulalip Tribes’ representative designated as Construction Manager authorized toadminister and implement the terms and conditions of this agreement is_____________________________.

The Tulalip Tribes’ representative designated as Project Engineer authorized to directlysupervise the engineering and administration of the construction project is____________________________________ <insert Company name and address>.

The Tulalip Tribes’ representative designated as Inspector authorized to inspect Contractperformance in detail is ______________________________ <insert Company name andaddress>.

The Tulalip Tribes’ authorized representatives shall be allowed to observe any work doneby the Contractor which is covered by this agreement.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 29 of 38SEPTEMBER 2017

SECTION EIGHTRESPONSIBILITIES OF CONTRACTOR

Contractor's duties and rights in connection with the project herein are as follows:

a. Responsibility for and supervision of work. Contractor represents that he hasinspected and is familiar with the work site and the local conditions under whichthe work is to be performed. Contractor shall be solely responsible for allconstruction and installation in accordance with the contract, including thetechniques, sequences, procedures, and means for coordination of all work.Contractor shall properly supervise and direct the work of the employees andsubcontractors, and shall give all attention necessary for such proper direction.Contractor represents that he is bonded in sufficient amount to cover Contractor’sliability occasioned by Contractor’s performance of this contract.

b. Discipline and employment. Contractor shall maintain at all times strict disciplineamong his workers and agrees not to employ for work on the project any personunfit or without sufficient skill to perform the job for which he was employed.

c. Furnishing of labor, materials, etc. Contractor shall provide and pay for all labor,materials and equipment, including but not limited to tools, construction equipment,machinery, utilities including water, transportation, and all other facilities andservices necessary for the proper completion of the work on the project inaccordance with the contract documents.

d. Manufacturer’s instructions. Contractor shall comply with manufacturer’sinstallation instructions and recommendations to the extent that those instructionand recommendations are more explicit or stringent than requirements containedwithin the Contract documents.

e. Payment of taxes, procurement of license and permits. Contractor shall pay anytaxes required by law in connection with work on the project and shall secure alllicenses and permits necessary for proper completion of the work, paying the feestherefore.The Tulalip Tribes of Washington is a federally recognized Indian Tribalgovernment with a constitution and bylaws approved by the United StatesSecretary of the Interior. See: 65 Federal Register 13298, 13301 (March 13, 2000).As a recognized tribal government, the Tulalip Tribes of Washington and all of itsgovernmental agencies, is a tax exempt entity. See: 26 USC §7871, andWashington Administrative Code Excise Tax Rule 192 (WAC 458-20-192).Portions of this project are Tax Exempt from all Sales and/or Use Taxes for allmaterials and supplies incorporated in construction of the work that become apermanent part of the Project. Upon request a Tax Exemption form may beobtained from the Tulalip Tribes. WAC 458-20-192(5)(a)(ii) states that retail salestax is not imposed if the retail service (e.g. construction services) is performed forthe member or tribe in Indian country. In the case of retail service that is performedon and off Indian country, only the portion of the contract that relates to work donein Indian country is excluded from tax. The work done for a tribe or Indian outsideof Indian country, for example a road work that extends outside of Indian country,is subject to retail sales tax.

f. Compliance with laws and regulations. Contractor shall comply with all applicablelaws and ordinances, and rules, regulations, or orders of all public authoritiesrelating to the performance of the work herein. If any of the contract documents

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 30 of 38SEPTEMBER 2017

are at variance therewith, he shall notify the Tulalip Tribes, through theConstruction Manager, promptly on discovery of such variance.

g. Responsibility for negligence of employees and subcontractors. Contractorassumes full responsibility for acts, negligence, or omissions of all other personsdoing work under a contract with him.

h. Warranty of fitness of equipment and materials. Contractor represents andwarrants to the Tulalip Tribes that all equipment and materials used in the workand made a part of any structure thereon, or placed permanently in connectiontherewith, will be new unless otherwise specified in the contract documents, ofgood quality, free of defects, and in conformity with the contract documents. It isunderstood between the parties that all equipment and materials that are not so inconformity are defective.

i. Cleaning and protection. Contractor shall during handling and installation cleanand protect construction in progress and adjoining materials in place. Contractorshall apply protective covering where required ensuring protection from damageor deterioration.

j. Furnishing of design and engineering plans. Upon request Contractor shall furnishthe Tulalip Tribes or Construction Manager all design and engineering plans forconsideration and approval as to conformance with the specifications of theContract documents.

k. Clean-up. Contractor agrees to keep the work premises and adjoining way free ofwaste materials and rubbish caused by his work or that of his subcontractors, andfurther shall remove all such waste materials and rubbish on termination of theproject, together with all his tools, equipment and machinery.

l. Indemnity and hold harmless agreement. Contractor agrees to indemnify and holdharmless the Tulalip Tribes, its employees, and their agents from and against allclaims, damages, losses, and expenses including reasonable attorney fees in caseit shall be necessary for the Tulalip Tribes to commence or defend any actionarising out of or associated in any way with performance of the work herein, whichis:1. For bodily injury, illness or death, property damage including loss of use,

or other damage, and2. Caused in whole or part by Contractor's negligent act or omission, or that

of a subcontractor, or that of anyone employed by them or for whose actsContractor or subcontractor may be liable.

m. Contractor shall defend, indemnify and hold harmless the Tulalip Tribes, itsemployees, and their agents against all loss, damage, liability, claims, lawsuitsdemands, or costs arising in connection with this agreement. Contractor shallreimburse the Tulalip Tribes for all costs reasonably incurred to defend the TulalipTribes against such claims through attorneys of the Tulalip Tribes’ choice.

n. Contractor shall promptly notify the Tulalip Tribes, through the ConstructionManager, of any litigation arising from or affecting its operations under thisagreement, including any bankruptcy or insolvency proceedings of Contractor orof its assignees or subcontractors. Contractor shall not assign its rights under thisagreement without first obtaining the Tulalip Tribes’ written approval.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 31 of 38SEPTEMBER 2017

o. Payment of royalties and license fees; hold harmless agreements. Contractoragrees to pay all royalties and license fees necessary for the work and to defendall actions and settle all claims for infringement of copyright or patent rights, andto save the Tulalip Tribes harmless therefrom.

p. The Contractor will be required as part of this contract to provide weekly certifiedpayrolls and be in compliance with the Tribal Employment Rights Office (TERO)requirements. The Contractor shall be required to schedule a meeting with TEROprior to the start of work on this project and provide a signed approved copy of theirCompliance Plan to the Construction Manager.

q. Archaeological and Historical Objects. Archaeological or historical objects, whichmay be encountered by the Contractor, shall not be further disturbed. TheContractor shall immediately notify the Construction Manager of any such finds.The Construction Manager will contact the Tribal Natural Resource and CulturalResource Department who will determine the nature of the object(s). TheContractor may be required to stop work in the vicinity of the discovery until suchdetermination is made. If the Tribal representative determines that the object(s)are to be surveyed, the Tribal representative may require the Contractor to stopwork in the vicinity of the discovery until the survey is accomplished.

r. Excess material. All excess material shall become the property of the TulalipTribes.

s. The Contractor shall, whether or not federal or state funds are involved, withoutadditional expense to the Tulalip Tribes, comply with all applicable laws and obtainall required licenses and permits necessary to execute the provisions of thisagreement. Contractor shall file all required returns and notices.

t. When working within the exterior boundaries of the Tulalip Indian Reservation,Contractor shall comply with all Tribal laws. Before commencing work, Contractorshall obtain all required Tribal licenses and permits. Contractor shall indemnify andhold the Tulalip Tribes, its employees, and their agents harmless from any and allcosts, liabilities, or obligations by reason of the failure of Contractor or his or heremployees, agents, subcontractors or assigns to comply with any applicable law.

u. Contractor shall not discriminate against any employee or applicant foremployment on the basis of race, color, religion, age, sex, national origin, orhandicap, with regard to employment “upgrading, demotion, transfer, recruitment,advertising, layoff, termination, rates of pay, or other forms of compensation andselection for training. Notwithstanding the foregoing, Contractor shall providepreference in employment and subcontracting in accordance with The TulalipCode, Chapter 9.05 – TERO Code as it now exists or may be hereafter amended.

SECTION NINETIME OF ESSENCE – EXTENSION OF TIME

All times stated herein or in the contract documents are of the essence hereof. Contracttimes may be extended by a change order from the Tulalip Tribes, through the ConstructionManager, for such reasonable time as the Tulalip Tribes may determine when in their opinionContractor is delayed in work progress by changes ordered, labor disputes, fire, prolongedtransportation delays, injuries, or other causes beyond Contractor's control or which justify delay.

Any request by the Contractor for an extension of time shall be made in writing to theTulalip Tribes, through the Construction Manager, no more than ten (10) days after the initial

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 32 of 38SEPTEMBER 2017

occurrence of any condition which, in the Contractor's opinion, entitles the Contractor to anextension of time. Failure to timely provide such notice to the Tulalip Tribes shall constitute awaiver by the Contractor of any claim for extension, damages or mitigation of LiquidatedDamages, to the fullest extent permitted by law.

SECTION TENCORRECTING NON-CONFORMING WORK

If a portion of the work is covered contrary to the Construction Manager’s request or torequirements specifically expressed in the Contract documents, it must, if requested in writing bythe Construction Manager, be uncovered for the Construction Manager’s and or Architect’sexamination and be replaced at the Contractor’s expense without change in the Contract time.

If a portion of the Work has been covered which the Construction Manager has notspecifically requested to examine prior to its being covered, the Construction Manager mayrequest to see such work and it shall be uncovered by the Contractor. If it is determined that suchwork has been performed in accordance with the Contract documents all costs incurred byContractor to uncover and replace the work shall, by appropriate change order, be reimbursed bythe Tulalip Tribes. If such work is found not to be in accordance with the Contract documents, anyand all required corrections shall be assigned to the Contractor unless the condition was causedby the Tulalip Tribes or a separate contractor in which event the Tulalip Tribes shall be responsiblefor payment of such costs.

When it appears to any authorized representative of the Tulalip Tribes or Contractor duringthe course of construction that any work does not conform to the provisions of the contractdocuments, Contractor shall make necessary corrections so that such work will so conform, andin addition Contractor will correct any defects caused by him or by a subcontractor, appearingwithin one year from the date of issuance of a certificate of Contract completion by the TulalipTribes, or within such longer period as may be prescribed by law or as may be provided for byapplicable special guarantees in the contract documents.

SECTION ELEVENCHANGES IN THE WORK

The Tulalip Tribes reserves the right to order changes in the work in the nature ofadditions, deletions or modifications, without invalidating the Contract, and agrees to makecorresponding adjustments in the Contract price and time for completion, if justified. Any suchchanges will be authorized by a written change order signed by an authorized representative ofthe Tulalip Tribes. The change order will include conforming changes in the Contract andcompletion time. Work shall be changed, and Contract price and completion time shall be modifiedonly as out in the written change order. Any adjustment in the Contract price resulting in adeductive credit or a charge to the Tulalip Tribes shall be determined by the mutual agreement ofthe parties to the Contract.

SECTION TWELVETERMINATION

The Tulalip Tribes may terminate this agreement on ten (10) days written notice and insuch case Contractor shall only be entitled to payment for work performed prior to receipt of said

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 33 of 38SEPTEMBER 2017

notice. Additionally, the Tulalip Tribes may immediately suspend operations under this agreementby written notice of any breach. Suspension shall continue until the Tulalip Tribes’ authorizedrepresentative certifies in writing that the breach is remedied. If Contractor is still in breach afterseven (7) days from the notice of suspension, the Tulalip Tribes may, without further notice,terminate all rights of Contractor under this agreement.

Any failure by the Tulalip Tribes to suspend or terminate this agreement in case of breachshall not waive Contractor’s duty to perform strictly in accordance with this agreement. Failure byContractor to perform on its part any duty, term or condition herein shall constitute a breach.

Any notice sent under this Section may either be sent by personally giving a copy thereofto Contractor or its agents, employer or contractors or mailing a copy to the address set forthherein.

SECTION THIRTEENDISPUTES

Tulalip Tribes’ Limited Waiver of Sovereign Immunity; Consent to Jurisdiction. By signingthis contract, The Tulalip Tribes neither waives, limits, nor modifies its sovereign immunity fromany lawsuit, except as expressly provided in this Section Thirteen. The Tulalip Tribes herebyexpressly and irrevocably waives its sovereign immunity (and any defense based thereon) forarbitration of Claims arising out of or related to this contract, but only pursuant to subsections (b),(c), (d), (e) and (f) below, and to that extent, irrevocably consents to and submits itself to thejurisdiction of the tribal court of The Tulalip Tribes (“Tribal Court”) for the purposes of compellingarbitration of a Claim, confirming an arbitration award or collecting sums due and owing pursuantto and otherwise enforcing any award or judgment. This limited waiver and consent are expresslylimited to the following limitations and qualifications:

a. If the parties do not resolve any dispute through direct negotiation, either partyshall submit the matter to mediation with a professional mediation service mutuallyagreed upon by the parties, as a condition precedent to arbitration. Persons withauthority to resolve the dispute shall be present at the mediation. If the parties donot otherwise agree on a mediation service to conduct the mediation, the mediationshall be conducted in accordance with the Construction Industry Mediation Rulesof the American Arbitration Association. The parties shall share the mediator’s fee,filing fees and associated costs equally.

b. If, within 30 days of any such submission by either party, the mediation has notresulted in a resolution of the dispute, either party may submit the dispute tobinding arbitration in accordance with the Construction Industry Rules of theAmerican Arbitration Association and the Federal Arbitration Act; provided,however, that the party demanding arbitration shall serve upon the other party,personally or by registered mail, a written notice of intention to arbitrate. Suchnotice must state in substance that unless within (20) twenty days after its service,the party served therewith shall file a motion to stay the arbitration, such party shallthereafter be barred from putting in issue the existence or validity of the Agreementor the agreement to arbitrate.1. The Construction Industry Rules of the American Arbitration Association,

R-51(c) shall be amended to read: “parties to these rules will be deemed

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 34 of 38SEPTEMBER 2017

to have consented that judgment upon the arbitration award may beentered in the Tulalip Tribal Court;”

c. In the event arbitration to resolve a dispute is necessary, the party seekingarbitration shall send a written notice that shall contain a detailed written statementof the claim and the parties shall meet as soon as practicable but not less thanthirty (30) days after receipt of the written notice and attempt to agree on anarbitrator to decide the matter at issue.

d. Selection of the arbitrators shall be pursuant to the following:1. Any such arbitration shall take place before a single arbitrator if the

aggregate value of the Claim and any counterclaim is less than $200,000,exclusive of costs and attorney fees. The parties shall endeavor tomutually agree on the arbitrator. Either party may specify and require thatthe arbitrator selected be an attorney licensed to practice law in the Stateof Washington and shall be experienced in the field of construction. If theparties are unable to agree upon the selection of an arbitrator withintwenty (20) days of their first meeting, the parties shall each select anarbitrator and the two selected arbitrators shall together select a thirdarbitrator who alone shall decide the matter in dispute. For any Claim andcounterclaim having an aggregate value of $200,000 or more, a panel ofthree (3) arbitrators shall be appointed unless both parties mutually agreeto a single arbitrator. Each of the parties shall designate one arbitratorand the third arbitrator, who shall be a lawyer with experience inconstruction disputes, shall be selected by the arbitrators designated bythe parties. If the two selected arbitrators are unable to agree on a thirdarbitrator, the third arbitrator shall be appointed by the Chief Judge of theTulalip Tribal Court.

e. Following the initiation of arbitration, the parties shall cooperate in the exchangeof information relating to the Claim, being guided by the scope of the applicablerules of discovery under the Federal Rules of Civil Procedure for the FederalDistrict Courts including the local rules adopted by the Western District ofWashington. Discovery shall not include interrogatories or requests for admission.The parties shall freely exchange documents relevant to the Claim and depositionsshall be limited to those reasonably necessary for each party to prepare for ordefend against the Claim. Disputes regarding discovery shall be resolved by thearbitrator or, where there is an arbitration panel, by the Chair.

f. Arbitration may include by consolidation, joinder or in any other matter, anadditional person or entity who is, or may be involved in, the Claim, including butnot limited to the Designer of Record, lower-tiered contractors and/or suppliers,and consultants retained by the Designer of Record or Contractor. In order toeffectuate the purposes of this Section Eleven, (f), the Contractor shall incorporateby reference the provisions of this Section Eleven, (f) in each lower-tiered contract.

g. In the event of arbitration between the parties hereto, declaratory or otherwiserelating to the Contract Documents, and notwithstanding any other provisionstherein, (1) each party shall bear its own costs and attorneys’ fees if the aggregatevalue of the Claim and any counterclaim is less than $200,000 and (2) the losingparty shall pay all costs and attorneys’ fees actually incurred by the substantiallyprevailing party if the aggregate value of the Claim and any counterclaim is$200,000 or more. The parties covenant and agree that they intend by clause (2)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 35 of 38SEPTEMBER 2017

of the preceding sentence to award the amount of attorney’s fees actually incurredby the prevailing party, and that said clause (2) shall constitute an instruction tothe Arbitrator that such fees shall be deemed reasonable.

h. A demand for arbitration shall be made within the time limits specified in thisSection Thirteen as applicable, and in other cases within a reasonable time afterthe Claim has arisen, and in no event shall it be made after the date wheninstitution of legal or equitable proceedings based on such Claim would be barredby the applicable statute of limitations as determined pursuant to subsections (h.1),(h.2) and (h.3) below:1. Before Substantial Completion. As to acts or failures to act occurring prior

to the relevant date of Substantial Completion, any applicable statute oflimitations shall commence to run and any alleged cause of action shall bedeemed to have accrued in any and all events not later than such date ofSubstantial Completion;

2. Between Substantial Completion and Final Certificate for Payment. As toacts or failures to act occurring subsequent to the relevant date ofSubstantial Completion and prior to issuance of the final Certificate forPayment, any applicable statute of limitations shall commence to run andany alleged cause of action shall be deemed to have accrued in any andall events not later than the date of issuance of the final Certificate forPayment; and

3. After Final Certificate for Payment. As to acts or failures to act occurringafter the relevant date of issuance of the final Certificate for Payment, anyapplicable statute of limitations shall commence to run and any allegedcause of action shall be deemed to have accrued in any and all events notlater than the date of any act or failure to act by the Contractor pursuant toany Contract Warranty provisions, the date of any correction of the Workor failure to correct the Work by the Contractor under the ContractCorrections of the Work provisions, or the date of actual commission of anyother act or failure to perform any duty or obligation by the Contractor orTulalip Tribes, whichever occurs last.

i. Claims and Timely Assertion of Claims. The party filing a notice of demand forarbitration must assert in the demand all Claims then known to that party on whicharbitration is permitted to be demanded.

j. Judgment on Final Award. The award rendered by the arbitrator or arbitrators shallbe final, and judgment may be entered upon it in accordance with applicable lawin the tribal court of The Tulalip Tribes of Washington.

k. This limited waiver of sovereign immunity is solely for the benefit of the Contractor(and Subcontractors whose claims are sponsored by the Contractor, if any) andsurety, and The Tulalip Tribes, by granting this limited waiver to the Contractor andsurety, does not otherwise waive its sovereign immunity.

l. The award rendered by the arbitrator shall be final. Judgment on any arbitration awardmay be entered in and enforced by the Tribal Court as provided in this section. TheContractor and The Tulalip Tribes shall comply with the arbitration award and shall notseek further remedy or appeal.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 36 of 38SEPTEMBER 2017

SECTION FOURTEENEMPLOYMENT PREFERENCE

Contractor recognizes and agrees that Contractor and Contractor’s subcontractors arebound by The Tulalip Code, Chapter 9.05 – TERO Code.

SECTION FIFTEENCONTRACTING PREFERENCE

Contractor recognizes and agrees that Contractor and Contractor’s subcontractors arebound by The Tulalip Code, Chapter 9.05 – TERO Code.

SECTION SIXTEENCONTRACT INSURANCE

CONTRACTOR’S LIABILITY INSURANCEContractor shall purchase and maintain such liability and other insurance as will protect

the Tulalip Tribes, WSDOT, and the Contractor from claims or losses which may arise out of orresult from the Contractor's performance or obligations under the contract documents, whetherdue to action or inaction by the Contractor or any person for whom the Contractor is responsible.Contractor shall provide insurance coverage and limits as indicated in the Special Provisions,Section 1-07.18 Public Liability and Property Damage InsuranceCONTRACTOR’S WORKER’S COMPENSATION

All employees of Contractor and subcontractor(s) are to be insured, including qualifiedself-insured plans, under Washington State Industrial Insurance as well as in compliance with anyFederal workers compensation regulations including USL&H and Jones Act Coverages.Employees not subject to the State Act are to be insured under Employer’s Contingent Liability(Stop Gap) $1,000,000 on accident and aggregate.

Such evidence of insurance shall be in the form of an Insurance Certificate issued by theState of Washington Department of Labor and Industries or an insurer satisfactory to the TulalipTribes and shall provide for not less than thirty (30) days prior written notice to the ContactingAgency of cancellation or reduction in coverage.BUILDER'S RISK

The Tulalip Tribes shall provide and maintain, during the progress of the work and untilthe execution of the certificate of Contract Completion, a Builder's Risk Insurance policy to coverall on-site work in the course of construction including false work, temporary buildings andstructures and materials used in the construction process. The amount of coverage is based uponthe total completed value of the project (including the value of permanent fixtures anddecorations.) Such insurance shall be on a special cause of loss form and may include suchother coverage extension as the Tulalip Tribes deem appropriate. Unless otherwise provided forthrough agreement, the contractor experiencing any loss claimed under the Builder’s Risk policyshall be responsible for up to $10,000 of that loss. Contractor may provide its own builder’s riskor installation insurance coverage for amounts up to the $10,000 deductible. Contractor isresponsible for insuring their property in transit, in temporary storage away from the site as wellas their own tools, equipment and any employee tools.

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 37 of 38SEPTEMBER 2017

Incidents related to pollution and contamination are specifically excluded from the BuildersRisk Insurance policy.

To be eligible to make a claim under the Tulalip Tribes’ Builders Risk Insurance policy,Contractor shall be responsible to secure all materials and or equipment stored on the project sitein a secured fenced area.

SECTION SEVENTEENOTHER PROVISIONS

Any and all reports, data, findings or other materials or deliverables under this agreementshall become the property of and remain under the sole proprietorship of the Tulalip Tribes.Contractor will keep all information learned under this agreement confidential and will not releaseany such information, either orally or in writing, to parties other than the Tulalip Tribes, its agents,contractors or employees without the express written permission of the Tulalip Tribes.

The Tulalip Tribes and Contractor each binds themselves and their partners, agents,assigns, successors and legal representatives of such other party to this agreement and to thepartners, successors and legal representatives of such other party with respect to all terms andconditions of this agreement.

Neither the Tulalip Tribes nor Contractor shall delegate, assign, sublet or transfer theirduties or interest in this agreement without the written consent of the other party. Any suchassignment, sublet, delegation or transfer shall be subject to the same terms and conditions asthis agreement.

The negotiation and execution of this agreement shall be deemed by the parties to haveoccurred within the exterior boundaries of the Tulalip Indian Reservation and any interpretationthereof shall be in accordance with the laws of the Tulalip Tribes of Washington.

The failure of the Tulalip Tribes to assert any claim or right at any time under thisagreement shall not waive its right to assert any claim or right at a later time.

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

CONTRACT AGREEMENT THE TULALIP TRIBES OF WASHINGTON K – 38 of 38SEPTEMBER 2017

IN WITNESS WHEREOF, the parties have executed this agreement at the Tulalip IndianReservation, Washington, on the date first above written.

APPROVED BY CONTRACTOR:

________________________________________

(Company Name)

________________________________________

(Print Name & Title)

By: ________________________________________

(Authorized Signature)

APPROVED BY THE TULALIP TRIBES OF WASHINGTON:

________________________________________

(Print Name & Title)

By: ________________________________________

(Authorized Signature)

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington IWRC-1

The Tulalip Tribes of WashingtonI-5/116th Street NE Interchange Improvements Phase 4 Ramps Project

INTERIM WAIVER AND RELEASE OF CLAIMS

TO THE TULALIP TRIBES OF WASHINGTON (“OWNER”):

________________________________________ (the “Releasing Party”) has furnished labor orservices, or supplied materials or equipment (collectively, the “Work”) for construction on the I-5/116thStreet NE Interchange Improvements Phase 4 Ramps (the “Project”), located at the intersection of I-5 and116th Street NE, Tulalip, WA 98271.

Upon receipt of payment by the Releasing Party of $____________________, whether in cash, bycheck or by joint check, the Releasing Party represents and certifies to Owner that: (i) Releasing Party andall of its subcontractors are in compliance with the terms of their respective contracts; (ii) all due and payablebills with respect to the Work have been paid to date or are included in the amount requested in the currentApplication for Payment and there is no known basis for the filing of any claim in respect of the Work exceptfor (a) any claim that the Releasing Party has previously provided written notice to Owner about such claim,and (b) amounts owed to Releasing Party and/or any subcontractor or supplier that are considered Cost ofthe Work but have been withheld by the Owner; and (iii) waivers and releases from all Subcontractorsand/or Suppliers being billed under a Releasing Party Subcontract Agreement or Purchase Agreementhave been obtained in form substantially similar hereto as to constitute an effective waiver and release ofall known claims. Notwithstanding the foregoing, this Interim Waiver and Release of Claims shall not applyto any amounts owed for Work which has been provided to the Project during a billing period prior to thedate hereof where Releasing Party and/or any subcontractor or supplier has not yet requestedreimbursement for the cost of the Work provided to the Project.

If any claim covered by this Interim Waiver and Release of Claims is made or filed by the ReleasingParty or any of its lower tier consultants, subcontractors, suppliers, vendors or materialmen at any tieragainst or with respect to Owner or the Project then the Releasing Party (1) shall immediately release anddischarge, or secure the release or discharge of, such claim and (2) shall indemnify, defend and holdharmless Owner and the Project from and against any and all costs, damages, expenses, court costs andattorney fees arising from such claim or any litigation resulting from such claim.

(the Releasing Party)

DATED: By:

Printed Name:

Its:

[Notary Seal]

State of: County of:

Subscribed and sworn to before me this day of

Notary Public:

My Commission expires:

Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington FWRC-1

The Tulalip Tribes of WashingtonI-5/116th Street NE Interchange Improvements Phase 4 Ramps Project

FINAL WAIVER AND RELEASE OF CLAIMS

TO THE TULALIP TRIBES OF WASHINGTON (“OWNER”):

Upon receipt of payment of $____________, whether in cash, by check or by joint check,______________________________ (the “Releasing Party”) has furnished labor or services, or suppliedmaterials or equipment for construction on the I-5/116th Street NE Interchange Improvements Phase 4Ramps (the “Project”), located at located at the intersection of I-5 and 116th Street NE, Tulalip, WA 98271.

The Releasing Party hereby unconditionally waives and releases any and all claims, stop notices,rights to submit stop notices, suits, demands, protests, damages, losses and expenses of any naturewhatsoever (whether under statute, in equity or otherwise and whether received through assignment orotherwise) (each, individually, a “Claim”) against or with respect to The Tulalip Tribes of Washington, whichis referred to as the Owner in the Contract Documents, or any other party holding an interest in the Property(collectively, the “Released Parties”), or against or with respect to the Project, the Property, improvementsto the Property and materials, fixtures, apparatus and machinery furnished for the Property (collectively,the “Released Properties”).

Upon the receipt of the aforesaid amount, the Releasing Party expressly acknowledges that it hasbeen paid all amounts due and owing to it for work, services, material or equipment in connection with theWork and the Releasing Party represents and warrants that all amounts due and owing to consultants,subcontractors and suppliers below the Releasing Party in connection with this Project have been paid,unless noted herewith as approved by Owner.

If any Claim is made or filed by the Releasing Party or any of its lower tier consultants,subcontractors, suppliers or laborers at any tier against or with respect to any of the Released Parties orany of the Released Properties, then the Releasing Party (1) shall immediately release and discharge, orsecure the release or discharge of such Claim and (2) shall indemnify, defend and hold harmless theReleased Parties from and against any and all costs, damages, expenses, court costs and attorney feesarising from such Claim or any litigation resulting from such Claim.

(the Releasing Party)

DATED: By:

Printed Name:Its:

[Notary Seal]

State of: County of:

Subscribed and sworn to before me this day ofNotary Public:

My Commission expires:

REV 27 0032 (7/6/09) 1

BUYERS’ RETAIL SALES TAX EXEMPTION CERTIFICATENot to be used to make purchases for resale

Vendor/Seller Date

Street Address City State Zip Code

I, the undersigned buyer, certify I am making an exempt purchase for the following reason: (Enter information and/or check applicable box(es))

1. Nonresident:

Place of residence: Type of proof of residence accepted (drivers license, fishing license, etc) , including any identification numbers , and expiration date .

a. Tangible personal property other than motor vehicles for use outside Washington by a resident of a state, possession, or province of Canada, with a sales tax rate of less than three percent.

b. Watercraft (Include make, model and serial number of vessel):

Registered or documented with the US Coast Guard or state of principal use and will leave Washington waters within 45 days; or

Buyer is a resident of a foreign country. Purchase is for use outside Washington and will leave Washington waters within 45 days.

Seller’s Signature:

2. Electric Vehicles:a. Batteries for electric vehicles or the purchase of labor and services rendered in respect to installing,

repairing, altering, or improving electric vehicle batteries. b. Tangible personal property that will become a component of electric vehicle infrastructure or the

purchase of or charge made for labor and services rendered in respect to installing, constructing, repairing, or improving electric vehicle infrastructure.

3. Intrastate Air Transport: Airplanes for use in providing intrastate air transportation by a commuter air carrier and the sale of repair

and related services for these airplanes. 4. Interstate or Foreign Commerce or Commercial Deep Sea Fishing Business:

a. Motor vehicles, trailers and component parts thereof used to transport persons or property for hire in interstate or foreign commerce.

b. Airplanes, locomotives, railroad cars or watercraft and component parts thereof used in transporting persons or property for hire.

c. Labor and services rendered to construct, repair, clean, alter or improve for hire carrier property. d. Items for use connected with private or common carriers engaged in air, rail or water in interstate or

foreign commerce. (Note: Items consumed in the state are subject to use tax.)e. Fuel to be consumed outside of Washington by a vessel primarily engaged in foreign commerce.

Vessel Name:

Type of Fuel: Quantity:

f. Watercraft, component parts, labor and services, and/or diesel fuel used in a qualifying commercial deep sea fishing operation.

Registered Vessel Name: Vessel Number:

REV 27 0032 (7/6/09) 2

5. Sales to Indians:Tangible personal property or services purchased by Indians or Indian tribes when the goods are delivered to or services provided within Indian country.

6. Other:

a. Prescription items (describe):

b. Machinery and equipment (including labor and services to install) used directly in generating electricity using fuel cells, wind, sun, biomass energy, tidal or wave energy, geothermal resources, anaerobic digestion, technology that converts otherwise lost energy from exhaust, or landfill gas.

c. Biodiesel blend or E85 motor fuel construction and purchases of machinery and equipment for retail facilities.

d. Biodiesel blend or E85 motor fuel delivery vehicles and service charges on such vehicles.

e. Waste vegetable oil used to produce biodiesel fuel for personal use.

f. Equipment rental and purchase of services for use in motion picture and video production.

g. Objects of art or cultural value purchased by an artistic or cultural organization.

h. Animal pharmaceuticals purchased by veterinarians (describe):

i. Computer hardware, peripherals, software and related installation, used by the aerospace industry.

j. Computer hardware, peripherals, software and related installation, purchased by publishers and printers.

k. City, County, Tribal, or Inter-Tribal Housing Authorities.

l. Tangible personal property for use in a noncontiguous state delivered to the usual receiving terminal of the shipper.

Type of Goods Purchased:

Point of Delivery: Carrier/Agent:

m. Gases and chemicals used by a manufacturer or processor for hire in the production of semiconductor materials.

n. Hog fuel used to produce electricity, steam, heat, or biofuel.

o. Tangible personal property under the weatherization assistance program.

p. Trail Grooming Services.

q. Honey bees purchased by an eligible apiarist. Apiarist ID #:

r. Federal credit union purchases.

I, the undersigned buyer, understand that by completing and signing this certificate I am certifying that I qualify for the tax-exempt purchase(s) indicated above. I understand that I will be required to pay sales or use tax on purchases that do not qualify for an exemption. In addition, I understand that false or erroneous use of this certificate will result in liability forunpaid tax with interest and may result in additional penalties.

Type of entity: Individual Corporation Sole Proprietor Partnership Other (Explain)

Type of Business: Tax Registration No.:

Name of Buyer: Title:

Signature of Buyer:

Street Address:

City: State: Zip:

Seller must maintain a copy. Do not send to Department of Revenue.Each exemption on this form has specific rules (see instructions)

REV 27 0032 (7/6/09) 3

INSTRUCTIONSBuyers must ensure entitlement to the exemption before using this Certificate. For information regarding exemptions, contact Washington State Department of Revenue Taxpayer Information Center at (360) 705-6705 or1-800-647-7706 or visit the Department’s web site at: dor.wa.gov.

Line 1a applies to the purchase of tangible personal property other than motor vehicles for use outside Washington by a resident of a state, possession, or province of Canada with a sales tax rate of less than three percent (e.g. Oregon, Alaska). Reference: RCW 82.08.0273, WAC 458-20-193 (6)(b) and ETA 3054.2009.

NOTE: Sales of motor vehicles are not covered by this certificate; please refer to RCW 82.08.0264 and WAC 458-20-177 for certificate and exemption information.

Line 1b applies to watercraft purchased by a nonresident for use outside Washington when delivery takes place in Washington. The buyer must provide proof of residency (picture ID) and check the applicable box. By checking the box, the buyer certifies that the vessel will leave Washington State waters within forty-five days. Sellers must examine and document the proof of residency provided by the buyer. Seller must sign the form. By signing the form, the seller certifies that the seller has examined and listed the buyer’s proof of residency. See WAC 458-20-238 for acceptable proof of residency for corporations, partnerships and limited liability companies. Reference: RCW 82.08.0266, RCW 82.08.02665, and WAC 458-20-238.

Line 2a applies to the purchase of electric vehicle batteries or to labor and services rendered in respect to installing, repairing, altering, or improving electric vehicle batteries.

Line 2b applies to the purchase of tangible personal property that will become a component of an electric vehicle infrastructure or to labor and services rendered in respect to installing, constructing, repairing, or improving electric vehicle infrastructure. Reference: 2SHB 1481 (Chapter 459, 2009 Laws.)

Line 3 applies to the purchase of airplanes for use in providing intrastate air transportation by a commuter air carrier and the sale of repair and related services for these airplanes. Commuter air carriers are air carriers holding authority under Title 14, part 298 of the code of federal regulations that carries passengers on at least five round trips per week on at least one route between two or more points. Reference: RCW 82.08.0262 and 82.12.0254.

Line 4a applies to the purchase of motor vehicles, or trailers by a business operating or contracting to operate for the holder of a carrier permit issued by the Interstate Commerce Commission. The exemption also applies to component parts and repairs of such carrier property including labor and services rendered in the course of constructing, repairing, cleaning, altering or improving the same. The buyer must attach a list stating make, model, year, serial number, motor number and ICC permit number. Reference: RCW 82.08.0263 and WAC 458-20-174.

Line 4b applies to the purchase of airplanes, locomotives, railroad cars, or watercraft for use in conducting interstate or foreign commerce by transporting therein or therewith persons or property forhire. The exemption also applies to component parts of such carrier property. Reference: RCW 82.08.0262 and WAC 458-20-175.

Line 4c applies to charges for labor and services rendered in the course of constructing, repairing, cleaning, altering or improving carrier property when carrier property is used for hire. Reference:RCW 82.08.0262 and WAC 458-20-175.

Line 4d applies to the purchase of durable goods or consumables, other than those mentioned in line 3b, for use in connection with interstate or foreign commerce by such businesses. The goods must be for exclusive use while engaged in transporting persons or property in interstate or foreign commerce. The exemption does notapply to charges for labor or services in regard to the installing, repairing, cleaning or altering of such property. Although exempt from retail sales tax, materials are subject to use tax if consumed in Washington. Unregistered businesses must attach a list stating the description and quantity of items that will be consumed in Washington and pay use tax to the seller. Reference: RCW 82.08.0261 and WAC 458-20-175.

Line 4e applies to fuel consumed outside the territorial waters of the United States by vessels used primarily in foreign commerce. Buyers must list the vessel name, type of fuel and quantity. Reference: RCW 82.08.0261 and WAC 458-20-175.

REV 27 0032 (7/6/09) 4

Line 4f applies to the purchase of vessels, component parts, or repairs by persons engaged in commercial deep sea fishing operations outside the territorial waters of the state of Washington. The exemption also applies to the purchase of diesel fuel used in commercial deep or commercial passenger fishing operations when annual gross receipts from the operations are at least five thousand dollars. Reference: RCW 82.08.0262, RCW 82.08.0298, and WAC 458-20-176.

Line 5 applies to the purchase of tangible personal property or services by an Indian or Indian tribe. The goods or services must be delivered to, or performed on the reservation. The purchaser must present a tribal membership card, a treaty fishing card, a certificate of enrollment, or a letter from a tribal official. Sellers must document the buyer’s name, dollar amount of purchase, tribal affiliation and reservation where delivery is made. Reference: RCW 82.08.0254 and WAC 458-20-192.

Line 6a applies to the purchase by a medical practitioner, chiropractor, nursing home, or hospital of items to be prescribed and used for the treatment of illness or ailments of human beings. To qualify, certain of these items must be prescribed. Reference: RCW 82.08.0281.

Line 6b applies to the purchase of qualifying machinery and equipment (and charges for labor and services to install) used directly in generating electricity using fuel cells, wind, sun, biomass energy, tidal or wave energy, geothermal resources, anaerobic digestion, technology that converts otherwise lost energy from exhaust, or landfill gas as the principal source of power at a facility capable of generating not less than 1000 watts of electricity. The exemption also applies to machinery and equipment used directly in a facility generating notmore than ten kilowatts of electricity using solar energy. Effective July 1, 2009. Portion expires June 30, 2011. Reference: ESSB 6170 Part 1.

Line 6c applies to the purchase of machinery and equipment and the construction of facilities used directly for the retail sale of biodiesel blend or E85 motor fuel. Reference: RCW 82.08.955.

Line 6d applies to the purchase of fuel delivery vehicles and labor and service charges related to such vehicles, provided 75% of the fuel distributed by them is biodiesel blend and E85 motor fuel. Reference: RCW 82.08.955.

Line 6e applies to the purchase of waste vegetable oil from restaurants and food processors to produce biodiesel fuel for personal use. The exemption does not

apply to persons that are engaged in selling biodiesel fuel at wholesale or retail. Reference: RCW 82.08.0205.

Line 6f applies to the rental of production equipment and purchases of production services by motion picture and video production companies. Reference: RCW 82.08.0315 and Motion Picture-Video Production Special Notice, available from the Department.

Line 6g applies to the purchase of objects of art or cultural value and items used in the creation of such objects, or in displaying art objects or presenting artistic or cultural exhibitions or performances by artistic or cultural organizations. Reference: RCW 82.08.031 and WAC 458-20-249.

Line 6h applies to the purchase of animal pharmaceuticals by veterinarians or farmers for the purpose of administering to an animal raised for sale by a farmer. Animal pharmaceuticals must be approved by the United States Food and Drug Administration or the United States Department of Agriculture. Reference: RCW 82.08.880.

Line 6i applies to the purchase of computer hardware, peripherals, and software, and related installation, not otherwise eligible for the M&E exemption, used primarily in development, design, and engineering of aerospace products or in providing aerospace services.Reference: RCW 82.08.975.

Line 6j applies to the purchase of computer hardware, peripherals, digital cameras, software, and related installation not otherwise eligible for the M&E exemption that is used primarily in the printing or publishing of printed materials. The exemption includes repairs and replacement parts. Reference: RCW 82.08.806.

Line 6k applies to all retail purchases of goods and services by City, County, Tribal, or Inter-Tribal Housing Authorities. Reference: RCW 35.82.210.

Line 6l applies to the purchase of goods for use in a state, territory or possession of the United States which is not contiguous to any other state such as Alaska, Hawaii, Guam, and American Samoa. For the exemption to apply, the seller must deliver the goods to the usual receiving terminal of the for-hire carrier selected to transport the goods. Reference:RCW 82.08.0269 and WAC 458-20-193 (6)(c).

REV 27 0032 (7/6/09) 5

Line 6m applies to the purchase of gases and chemicals by a manufacturer or processor for hire in the production of semiconductor materials. Limited to gases and chemicals used to grow the product, deposit or grow permanent or sacrificial layers on the product, to etch or remove material from the product, to anneal the product, to immerse the product, to clean the product, and other uses where the gases and chemicals come into direct contact with the product during the production process, or gases and chemicals used to clean the chambers and other like equipment in which processing takes place. Reference: RCW 82.08.9651.

Line 6n applies to the purchase of hog fuel to produce electricity, steam, heat, or biofuel. Hog fuel is defined as wood waste and other wood residuals including forest derived biomass. Hog fuel does not include firewood or wood pellets. Reference: ESSB 6170 Part III.

Line 6o applies the purchase of tangible personal property used in the weatherization of residences under the weatherization assistance program. The tangible personal property must become a component part of the residence. Reference: RCW 82.08.998.

Line 6p applies to the purchase of trail grooming services by the state of Washington and nonprofit corporations organized under chapter 24.03 RCW.Trail grooming activities include snow compacting, snow redistribution, or snow removal on state or privately-owned trails. Reference: RCW 82.08.0203.

Line 6q applies to all honey bees purchased by an eligible apiarist. An eligible apiarist is a person who: owns or keeps one or more bee colonies; grows, raises, or produces honey bee products for sale at wholesale; and registers their hives/colonies with the WA State Department of Agriculture as required by RCW 15.60.021. Reference: RCW 82.08.0204.

Line 6r applies to the purchase of goods and retail services by federally chartered credit unions. Federal credit unions are exempt from state and local consumer taxes under federal law, such as sales tax, lodging taxes and rental car tax. To be exempt, the federal credit union must pay for goods and services directly, such as by a check written on the federal credit union or a credit card issued to the federal credit union. Sellers should keep a copy of the check or credit card used for payment to substantiate the exempt nature of the sale. Reference: Det. No. 92-239, 17 WTD 32 (1998).

For tax assistance, visit dor.wa.gov or call 1-800-647-7706. To inquire about the availability of this form in an alternate format for the visually impaired, please call (360) 705-6715. Teletype (TTY) users may call 1-800-451-7985.

AMENDMENTS TO WSDOT STANDARD SPECIFICATIONS

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 1

INTRO.AP11INTRODUCTION2

The following Amendments and Special Provisions shall be used in conjunction with the32016 Standard Specifications for Road, Bridge, and Municipal Construction.4

5AMENDMENTS TO THE STANDARD SPECIFICATIONS6

7The following Amendments to the Standard Specifications are made a part of this contract8and supersede any conflicting provisions of the Standard Specifications. For informational9purposes, the date following each Amendment title indicates the implementation date of the10Amendment or the latest date of revision.11

12Each Amendment contains all current revisions to the applicable section of the Standard13Specifications and may include references which do not apply to this particular project.14

151-01.AP116Section 1-01, Definitions and Terms17August 1, 201618

1-01.3 Definitions19The following new term and definition is inserted after the eighth paragraph:20

21Cold Weather Protection Period – A period of time 7 days from the day of concrete22placement or the duration of the cure period, whichever is longer.23

241-02.AP125Section 1-02, Bid Procedures and Conditions26June 1, 201727

1-02.4(1) General28The first sentence of the last paragraph is revised to read:29

30Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,31shall request the explanation or interpretation in writing by close of business on the32Thursday preceding the bid opening to allow a written reply to reach all prospective33Bidders before the submission of their Bids.34

351-02.6 Preparation of Proposal36In this section, “Disadvantaged Business Enterprise” is revised to read “Underutilized37Disadvantaged Business Enterprise”, and “DBE” is revised to read “UDBE”.38

391-02.9 Delivery of Proposal40The last sentence of the third paragraph is revised to read:41

42The Contracting Agency will not open or consider any Proposal when the Proposal or43Bid deposit is received after the time specified for receipt of Proposals or received in a44location other than that specified for receipt of Proposals unless an emergency or45unanticipated event interrupts normal work processes of the Contracting Agency so46that Proposals cannot be received.47

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 2

1The following new paragraph is inserted before the last paragraph:2

3If an emergency or unanticipated event interrupts normal work processes of the4Contracting Agency so that Proposals cannot be received at the office designated for5receipt of bids as specified in Section 1-02.12 the time specified for receipt of the6Proposal will be deemed to be extended to the same time of day specified in the7solicitation on the first work day on which the normal work processes of the Contracting8Agency resume.9

101-02.12 Public Opening of Proposals11This section is supplemented with the following new paragraph:12

13If an emergency or unanticipated event interrupts normal work processes of the14Contracting Agency so that Proposals cannot be opened at the time indicated in the15call for Bids the time specified for opening of Proposals will be deemed to be extended16to the same time of day on the first work day on which the normal work processes of17the Contracting Agency resume.18

191-02.13 Irregular Proposals20In this section, “Disadvantaged Business Enterprise” is revised to read “Underutilized21Disadvantaged Business Enterprise”, and “DBE” is revised to read “UDBE”.22

231-04.AP124Section 1-04, Scope of the Work25June 1, 201726

1-04.2 Coordination of Contract Documents, Plans, Special Provisions,27Specifications, and Addenda28The following new paragraph is inserted before the second to last paragraph:29

30Whenever reference is made in these Specifications or the Special Provisions to31codes, rules, specifications, and standards, the reference shall be construed to mean32the code, rule, specification, or standard that is in effect on the Bid advertisement date,33unless otherwise stated or as required by law.34

351-04.3 Reference Information36This section is supplemented with the following new sentence:37

38If a document that is provided as reference information contains material also included39as a part of the Contract, that portion of the document shall be considered a part of the40Contract and not as Reference Information.41

421-04.4(2)A General43Item number 4 in the third paragraph is revised to read:44

454. Provide substitution for deleted or reduced Condition of Award Work, Apprentice46

Utilization and Training.4748

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 3

1-06.AP11Section 1-06, Control of Material2August 7, 20173

This section is supplemented with the following new section and subsections:45

1-06.6 Recycled Materials6The Contractor shall make their best effort to utilize recycled materials in the7construction of the project; the use of recycled concrete aggregate as specified in8Section 1-06.6(1)A is a requirement of the Contract.9

10The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working11Drawing within 30 calendar days after the Contract is executed. The plan shall provide12the Contractor’s anticipated usage of recycled materials for meeting the requirements13of these Specifications. The quantity of recycled materials will be provided in tons and14as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E15Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a16Contract does not include Work that requires the use of a material that is included in17the requirements for using materials the Contractor may state in their plan that no18recycled materials are proposed for use.19

20Prior to Physical Completion the Contractor shall report the quantity of recycled21materials that were utilized in the construction of the project for each of the items listed22in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete23aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.24utilization of on-site material and aggregates from concrete returned to the supplier).25The Contractor’s report shall be provided on DOT Form 350-075 Recycled Materials26Reporting.27

281-06.6(1) Recycling of Aggregate and Concrete Materials29

1-06.6(1)A General30The minimum quantity of recycled concrete aggregate shall be 25 percent of the31total quantity of aggregate that is incorporated into the Contract for those items32listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of33Recycled Material that allow the use of recycled concrete aggregate. The34percentage of recycled material incorporated into the project for meeting the35required percentage will be calculated in tons based on the quantity of recycled36concrete used on the entire Contract and not as individual items.37

38If the Contractor’s total cost for Work with recycled concrete aggregate is greater39than without the Contractor may choose to not use recycled concrete aggregate. If40the Recycled Material Utilization Plan does not indicate the minimum usage of41recycled concrete aggregate required above, or if completed project quantities do42not meet the minimum usage required, the Contractor shall develop the following:43

441. A cost estimate for each material listed in Section 9-03.21(1)E that is45

utilized on the Contract. The cost estimate shall include the following:4647

a. The estimated costs for the Work for each material with 25 percent48recycled concrete aggregate. The cost estimate shall include for49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 4

each material a copy of the price quote from the supplier with the1lowest total cost for the Work.2

3b. The estimated costs for the Work for each material without recycled4

concrete aggregate.56

The Contractor’s cost estimates shall be submitted as an attachment to the7Recycled Material Utilization Plan, or with the Reporting form.8

91-07.AP110Section 1-07, Legal Relations and Responsibilities to the Public11August 7, 201712

1-07.1 Laws to be Observed13The second paragraph is deleted.14

15In the second to last sentence of the third paragraph, “WSDOT” is revised to read16“Contracting Agency”.17

181-07.2(2) State Sales Tax: WAC 458-20-170 – Retail Sales Tax19The last three sentences of the first paragraph are deleted and replaced with the following20new sentence:21

22The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase23or rental of tools, machinery, equipment, or consumable supplies not integrated into the24project, in the unit bid prices.25

261-07.3(1) Forest Fire Prevention27This section is supplemented with the following new subsections:28

291-07.3(1)A Fire Prevention Control and Countermeasures Plan30The Contractor shall prepare and implement a project-specific fire prevention, control,31and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor32shall submit a Type 2 Working Drawing no later than the date of the preconstruction33conference.34

351-07.3(1)A1 FPCC Plan Implementation Requirements36The Contractor’s FPCC Plan shall be fully implemented at all times. The37Contractor shall update the FPCC Plan throughout project construction so that the38plan reflects actual site conditions and practices. The Contractor shall update the39FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is40available for inspection on the project site. Revisions to the FPCC Plan and the41Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project42safety meetings.43

441-07.3(1)A2 FPCC Plan Element Requirements45The FPCC Plan shall include the following:46

471. The names, titles, and contact information for the personnel responsible48

for implementing and updating the plan.49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 5

12. The names and telephone numbers of the Federal, State, and local2

agencies the Contractor shall notify in the event of a fire.34

3. All potential fire causing activities such as welding, cutting of metal,5blasting, fueling operations, etc.6

74. The location of fire extinguishers, water, shovels, and other firefighting8

equipment.910

5. The response procedures the Contractor shall follow in the event of a fire.1112

Most of Washington State is covered under the IFPL system which, by law, is13managed by the Department of Natural Resources (DNR). It is the Contractor’s14responsibility to be familiar with the DNR requirements and to verify whether or not15IFPL applies to the specific project.16

17If the Contractor wishes to continue a work activity that is prohibited under an18industrial fire precaution level, the Contractor shall obtain a waiver from the DNR19and provide a copy to the Engineer prior to continuation of work on the project.20

21If the IFPL requirements prohibit the Contractor from performing Work the22Contractor may be eligible for an unworkable day in accordance with Section 1-2308.5.24

25The Contractor shall comply with the requirements of these provisions at no26additional cost to the Contracting Agency.27

281-07.8 High-Visibility Apparel29The last paragraph is revised to read:30

31High-visibility garments shall be labeled as, and in a condition compliant with the32ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with33manufacturer recommendations.34

351-07.8(1) Traffic Control Personnel36In this section, references to “ANSI/ISEA 107-2004” are revised to read “ANSI/ISEA 107”.37

381-07.8(2) Non-Traffic Control Personnel39In this section, the reference to “ANSI/ISEA 107-2004” is revised to read “ANSI/ISEA 107”.40

411-07.9(2) Posting Notices42Items 1 and 2 are revised to read:43

441. EEOC - P/E-1 (revised 11/09, supplemented 09/15) – Equal Employment45

Opportunity IS THE LAW published by US Department of Labor. Post for projects46with federal-aid funding.47

482. FHWA 1022 (revised 05/15) – NOTICE Federal-Aid Project published by Federal49

Highway Administration (FHWA). Post for projects with federal-aid funding.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 6

1Items 5, 6 and 7 are revised to read:2

35. WHD 1420 (revised 02/13) – Employee Rights and Responsibilities Under The4

Family And Medical Leave Act published by US Department of Labor. Post on all5projects.6

76. WHD 1462 (revised 01/16) – Employee Polygraph Protection Act published by8

US Department of Labor. Post on all projects.910

7. F416-081-909 (revised 09/15) – Job Safety and Health Law published by11Washington State Department of Labor and Industries. Post on all projects.12

13Items 9 and 10 are revised to read:14

159. F700-074-909 (revised 06/13) – Your Rights as a Worker in Washington State16

by Washington State Department of Labor and Industries (L&I). Post on all17projects.18

1910. EMS 9874 (revised 10/15) – Unemployment Benefits published by Washington20

State Employment Security Department. Post on all projects.2122

1-07.15(1) Spill Prevention, Control, and Countermeasures Plan23The second sentence of the first paragraph is deleted.24

25The first sentence of the second paragraph is revised to read:26

27The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and28other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11.29

30Item number four of the fourth paragraph (up until the colon) is revised to read:31

324. Potential Spill Sources – Describe each of the following for all potentially33

hazardous materials brought or generated on-site, including but not limited to34materials used for equipment operation, refueling, maintenance, or cleaning:35

36The first sentence of item 7e of the fourth paragraph is revised to read:37

38BMP methods and locations where they are used to prevent discharges to ground or39water during mixing and transfer of hazardous materials and fuel.40

41The last paragraph is deleted.42

431-08.AP144Section 1-08, Prosecution and Progress45June 1, 201746

1-08.1 Subcontracting47The eighth and ninth paragraphs are revised to read:48

49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 7

On all projects, the Contractor shall certify to the actual amounts paid to all firms that1were used as Subcontractors, lower tier subcontractors, manufacturers, regular2dealers, or service providers on the Contract. This includes all Disadvantaged, Minority,3Small, Veteran or Women’s Business Enterprise firms. This Certification shall be4submitted to the Engineer on a monthly basis each month between Execution of the5Contract and Physical Completion of the Contract using the application available at:6https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every7month between Execution of the Contract and Physical Completion regardless of8whether payments were made or work occurred.9

10The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011,1139.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors.12Whenever the Contractor withholds payment to a Subcontractor for any reason13including disputed amounts, the Contractor shall provide notice within 10 calendar days14to the Subcontractor with a copy to the Contracting Agency identifying the reason for15the withholding and a clear description of what the Subcontractor must do to have the16withholding released. Retainage withheld by the Contractor prior to completion of the17Subcontractors work is exempt from reporting as a payment withheld and is not18included in the withheld amount. The Contracting Agency’s copy of the notice to19Subcontractor for deferred payments shall be submitted to the Engineer concurrently20with notification to the Subcontractor.21

221-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage23Withheld24In item number 5 of the first paragraph, “WSDOT” is revised to read “Contracting Agency”.25

26The last sentence in item number 11 of the first paragraph is revised to read:27

28The Contractor may also require any documentation from the Subcontractor that is29required by the subcontract or by the Contract between the Contractor and Contracting30Agency or by law such as affidavits of wages paid, and material acceptance31certifications to the extent that they relate to the Subcontractor’s Work.32

33Item number 12 of the first paragraph is revised to read:34

3512. If the Contractor fails to comply with the requirements of the Specification and the36

Subcontractor’s retainage or retainage bond is wrongfully withheld, the Contractor37will be subject to the actions described in No. 7 listed above. The Subcontractor38may also seek recovery against the Contractor under applicable prompt pay39statutes in addition to any other remedies provided for by the subcontract or by40law.41

421-08.5 Time for Completion43In item 2c of the last paragraph, “Quarterly Reports” is revised to read “Monthly Reports”.44

45

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 8

1-09.AP11Section 1-09, Measurement and Payment2April 4, 20163

1-09.6 Force Account4The second sentence of item number 4 is revised to read:5

6A “specialized service” is a work operation that is not typically done by worker7classifications as defined by the Washington State Department of Labor and Industries8and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and9municipal construction.10

111-10.AP112Section 1-10, Temporary Traffic Control13January 3, 201714

1-10.1(2) Description15The first paragraph is revised to read:16

17The Contractor shall provide flaggers and all other personnel required for labor for18traffic control activities that are not otherwise specified as being furnished by the19Contracting Agency.20

21In the third paragraph, “Project Engineer” is revised to read “Engineer”.22

23The following new paragraph is inserted after the third paragraph:24

25The Contractor shall keep lanes, on-ramps, and off-ramps, open to traffic at all times26except when Work requires closures. Ramps shall not be closed on consecutive27interchanges at the same time, unless approved by the Engineer. Lanes and ramps28shall be closed for the minimum time required to complete the Work. When paving hot29mix asphalt the Contractor may apply water to the pavement to shorten the time30required before reopening to traffic.31

321-10.3(2)C Lane Closure Setup/Takedown33The following new paragraph is inserted before the last paragraph:34

35Channelization devices shall not be moved by traffic control personnel across an open36lane of traffic. If an existing setup or staging of traffic control devices require crossing37an open lane of traffic, the traffic control devices shall be taken down completely and38then set up in the new configuration.39

402-02.AP241Section 2-02, Removal of Structures and Obstructions42August 7, 201743

2-02.3(2)A Bridge Removal44This section’s title is revised to read:45

46

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 9

Bridge and Structure Removal12

2-03.AP23Section 2-03, Roadway Excavation and Embankment4August 1, 20165

2-03.3(7)C Contractor-Provided Disposal Site6The second paragraph is revised to read:7

8The Contractor shall acquire all permits and approvals required for the use of the9disposal sites before any waste is hauled off the project. The Contractor shall submit a10Type 1 Working Drawing consisting of copies of the permits and approvals for any11disposal sites to be used. The cost of any such permits and approvals shall be included12in the Bid prices for other Work.13

14The third paragraph is deleted.15

162-06.AP217Section 2-06, Subgrade Preparation18January 3, 201719

2-06.3(2) Subgrade for Pavement20The second sentence in the first paragraph is revised to read:21

22The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of23maximum density as determined by the compaction control tests for granular materials.24

253-04.AP326Section 3-04, Acceptance of Aggregate27January 3, 201728

3-04.5 Payment29In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is30revised to read “$15.00”.31

324-04.AP433Section 4-04, Ballast and Crush Surfacing34January 3, 201735

4-04.3(5) Shaping and Compaction36The first sentence is revised to read:37

38Immediately following spreading and final shaping, each layer of surfacing shall be39compacted to at least 95 percent of maximum density determined by the requirements40of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is41placed.42

43

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 10

5-01.AP51Section 5-01, Cement Concrete Pavement Rehabilitation2January 3, 20173

In this section, “portland cement” is revised to read “cement”.45

5-01.2 Materials6In the first paragraph, the following item is inserted after the item “Joint Sealants”:7

8Closed Cell Foam Backer Rod 9-04.2(3)A9

105-01.3(1)A Concrete Mix Designs11This section, including title, is revised to read:12

135-01.3(1)A Mix Designs14The Contractor shall use either concrete patching materials or cement concrete for the15rehabilitation of cement concrete pavement. Concrete patching materials shall be used16for spall repair and dowel bar retrofitting and cement concrete shall be used for17concrete panel replacement.18

195-01.3(1)A1 Concrete Patching Materials20Item number 1 is revised to read:21

221. Materials – The prepackaged concrete patching material and the aggregate23

extender shall conform to Section 9-20.2425

5-01.3(1)A2 Portland Cement Concrete26This section, including title, is revised to read:27

285-01.3(1)A2 Cement Concrete for Panel Replacement29Cement concrete for panel replacement shall meet the requirements of Sections 5-3005.3(1) and 5-05.3(2) and be air entrained with a design air content of 5.5 percent.31Cement concrete for panel replacement may use rapid hardening hydraulic cement32meeting the requirements of Section 9-01.2(2). Rapid hardening hydraulic cement will33be considered a cementitious material for the purpose of calculating the34water/cementitious materials ratio and the minimum cementitious materials35requirement.36

375-01.3(1)B Equipment38This section’s title is revised to read:39

40Equipment for Panel Replacement41

425-01.3(2)B Portland Cement Concrete43This section’s title is revised to read:44

45Cement Concrete for Panel Replacement46

47This section is supplemented with the following new subsection:48

49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 11

5-01.3(2)B1 Conformance to Mix Design1Acceptance of cement concrete pavement for panel replacement shall be in2accordance with Section 5-01.3(2)B. The cement, coarse, and fine aggregate weights3shall be within the tolerances of the mix design in accordance with Section 5-05.3(1).4

55-01.3(2)B1 Rejection of Concrete6This section is renumbered as follows:7

85-01.3(2)B2 Rejection of Concrete9

105-01.3(4) Replace Portland Cement Concrete Panel11This section’s title is revised to read:12

13Replace Cement Concrete Panel14

155-01.3(8) Sealing Existing Transverse and Longitudinal Joints16This section’s title is revised to read:17

18Sealing Existing Longitudinal and Transverse Joint19

20The first paragraph is revised to read:21

22The Contractor shall clean and seal existing longitudinal and transverse joints where23shown in the Plans or as marked by the Engineer.24

25The first sentence of the second paragraph is revised to read:26

27Old sealant and incompressible material shall be completely removed from the joint to28the depth of the new reservoir with a diamond blade saw in accordance with the detail29shown in the Standard Plans.30

31The fifth paragraph is revised to read:32

33Immediately prior to sealing, the cracks shall be blown clean with dry oil-free34compressed air. If shown in the Plans, a backer rod shall be placed at the base of the35sawn reservoir. The joints shall be completely dry before the sealing installation may36begin. Immediately following the air blowing and backer rod placement, if required, the37sealant material shall be installed in conformance to manufacturer’s recommendations38and in accordance with Section 5-05.3(8)B.39

405-01.3(9) Portland Cement Concrete Pavement Grinding41This section’s title is revised to read:42

43Cement Concrete Pavement Grinding44

455-01.3(11) Concrete Slurry and Grinding Residue46The last sentence of the first paragraph is revised to read:47

48Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface,49into any drainage structure, water of the state, or wetlands.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 12

1The following new sentence is inserted at the end of the second paragraph:2

3The Contractor shall submit copies of all disposal tickets to the Engineer within 54calendar days.5

65-01.4 Measurement7The fourth paragraph is revised to read:8

9Sealing existing longitudinal and transverse joint will be measured by the linear foot,10measured along the line of the completed joint.11

125-01.5 Payment13The Bid item “Sealing Transverse and Longitudinal Joints”, per linear foot and the14paragraph following Bid item are revised to read:15

16“Sealing Existing Longitudinal and Transverse Joint”, per linear foot.17

18The unit Contract price per linear foot for “Sealing Existing Longitudinal and Transverse19Joint”, shall be full payment for all costs to complete the Work as specified, including20removing incompressible material, preparing and sealing existing transverse and21longitudinal joints where existing transverse and longitudinal joints are cleaned and for22all incidentals required to complete the Work as specified.23

245-02.AP525Section 5-02, Bituminous Surface Treatment26April 4, 201627

5-02.3(2) Preparation of Roadway Surface28This section is supplemented with the following new subsection:29

305-02.3(2)E Crack Sealing31Where shown in the Plans, seal cracks and joints in the pavement in accordance with32Section 5-04.3(4)A1 and the following:33

341. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.35

362. Cracks greater than 1 inch in width – fill with sand slurry.37

385-04.AP539Section 5-04, Hot Mix Asphalt40April 3, 201741

This section (and all subsections) is revised to read:4243

This Section 5-04 is written in a style which, unless otherwise indicated, shall be44interpreted as direction to the Contractor.45

46

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 13

5-04.1 Description1This Work consists of providing and placing one or more layers of plant-mixed hot mix2asphalt (HMA) on a prepared foundation or base, in accordance with these3Specifications and the lines, grades, thicknesses, and typical cross-sections shown4in the Plans. The manufacture of HMA may include warm mix asphalt (WMA)5processes in accordance with these Specifications.6

7HMA shall be composed of asphalt binder and mineral materials as required, and may8include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed9in the proportions specified to provide a homogeneous, stable, and workable mix.10

115-04.2 Materials12Provide materials as specified in these sections:13

14Asphalt Binder 9-02.1(4)15Cationic Emulsified Asphalt 9-02.1(6)16Anti-Stripping Additive 9-02.417Warm Mix Asphalt Additive 9-02.518Aggregates 9-03.819Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B20Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B21Mineral Filler 9-03.8(5)22Recycled Material 9-03.2123Joint Sealants 9-04.224Closed Cell Foam Backer Rod 9-04.2(3)A25

265-04.2(1) How to Get an HMA Mix Design on the QPL27Comply with each of the following:28

29• Develop the mix design in accordance with WSDOT SOP 732.30

31• Develop a mix design that complies with Sections 9-03.8(2) and 9-32

03.8(6).3334

• Develop a mix design no more than 6 months prior to submitting it for35QPL evaluation.36

37• Submit mix designs to the WSDOT State Materials Laboratory in38

Tumwater, including WSDOT Form 350-042.3940

• Include representative samples of the materials that are to be used in the41HMA production as part of the mix design submittal.42

43• Identify the brand, type, and percentage of anti-stripping additive in the44

mix design submittal.4546

• Include with the mix design submittal a certification from the asphalt47binder supplier that the anti-stripping additive is compatible with the crude48source and the formulation of asphalt binder proposed for use in the mix49design.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 14

• Do not include warm mix asphalt (WMA) additives when developing a mix1design or submitting a mix design for QPL evaluation. The use of warm2mix asphalt (WMA) additives is not part of the process for obtaining3approval for listing a mix design on the QPL. Refer to Section 5-404.2(2)B.5

6The Contracting Agency’s basis for approving, testing, and evaluating HMA mix7designs for approval on the QPL is dependent on the contractual basis for8acceptance of the HMA mixture, as shown in Table 1.9

10Table 1

Basis for Contracting Agency Evaluation of HMA Mix Designs forApproval on the QPL

Contractual Basisfor Acceptance ofHMA Mixture (seeSection 5-04.3(9))

Basis for ContractingAgency Approval of

Mix Design forPlacement on QPL

Contracting AgencyMaterials Testing forEvaluation of the Mix

Design

Statistical Evaluation WSDOT StandardPractice QC-8

The Contracting Agencywill test the mix designmaterials for compliancewith Sections 9-03.8(2)and 9-03.8(6).

Visual Evaluation

Review of Form 350-042 for compliance withSections 9-03.8(2) and

9-03.8(6)

The Contracting Agencymay elect to test the mixdesign materials, orevaluate in accordancewith WSDOT StandardPractice QC-8, at its solediscretion.

11If the Contracting Agency approves the mix design, it will be listed on the QPL for1212 consecutive months. The Contracting Agency may extend the 12 month listing13provided the Contractor submits a certification letter to the Qualified Products14Engineer verifying that the aggregate source and job mix formula (JMF) gradation,15and asphalt binder crude source and formulation have not changed. The16Contractor may submit the certification no sooner than three months prior to17expiration of the initial 12 month mix design approval. Within 7 calendar days of18receipt of the Contractor’s certification, the Contracting Agency will update the19QPL. The maximum duration for approval of a mix design and listing on the QPL20will be 24 months from the date of initial approval or as approved by the Engineer.21

225-04.2(1)A Mix Designs Containing RAP and/or RAS23Mix designs are classified by the RAP and/or RAS content as shown in Table242.25

26Table 2

Mix Design Classification Based on RAP/RAS ContentRAP/RAS Classification RAP/RAS Content1

Low RAP/No RAS 0% ≤ RAP% ≤ 20% and RAS% =0%

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 15

High RAP/Any RAS 20% < RAP% ≤ MaximumAllowable RAP2

and/or0% < RAS% ≤ MaximumAllowable RAS2

1Percentages in this table are by total weight of HMA2See Table 4 to determine the limits on the maximum amount RAPand/or RAS.

15-04.2(1)A1 Low RAP/No RAS – Mix Design Submittals for2Placement on QPL3For Low RAP/No RAS mix designs, comply with the following additional4requirements:5

61. Develop the mix design with or without the inclusion of RAP.7

82. The asphalt binder grade shall be the grade indicated in the Bid9

item name or as otherwise required by the Contract.1011

3. Submit samples of RAP if used in development of the mix12design.13

144. Testing RAP or RAS stockpiles is not required for obtaining15

approval for placing these mix designs on the QPL.1617

5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for18Placement on QPL19For High RAP/Any RAS mix designs, comply with the following additional20requirements:21

221. For mix designs with any RAS, test the RAS stockpile (and RAP23

stockpile if any RAP is in the mix design) in accordance with24Table 3.25

262. For High RAP mix designs with no RAS, test the RAP stockpile27

in accordance with Table 3.2829

3. For mix designs with High RAP/Any RAS, construct a single30stockpile for RAP and a single stockpile for RAS and isolate31(sequester) these stockpiles from further stockpiling before32beginning development of the mix design. Test the RAP and33RAS during stockpile construction as required by item 1 and 234above. Use the test data in developing the mix design, and35report the test data to the Contracting Agency on WSDOT Form36350-042 as part of the mix design submittal for approval on the37QPL. Account for the reduction in asphalt binder contributed38from RAS in accordance with AASHTO PP 78. Do not add to39these stockpiles after starting the mix design process.40

41Table 3

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 16

Test Frequency of RAP/RAS During RAP/RAS StockpileConstruction For Approving a High RAP/Any RAS Mix

Design for Placement on the QPLTest Frequency1 Test for Test Method• 1/1000 tons of

RAP (minimumof 10 per mixdesign) and

• 1/100 tons ofRAS (minimumof 10 per mix

design)

Asphalt BinderContent and Sieve

Analysis of Fineand CoarseAggregate

FOP for AASHTOT 308and

FOP for WAQTC T27/T 11

1“tons”, in this table, refers to tons of the reclaimed materialbefore being incorporated into HMA.

14. Limit the amount of RAP and/or RAS used in a High RAP/Any2

RAS mix design by the amount of binder contributed by the RAP3and/or RAS, in accordance with Table 4.4

5Table 4

Maximum Amount of RAP and/or RAS in HMA MixtureMaximum Amount of Binder Contributed from:

RAP RAS40%1 minus contribution of

binder from RAS 20%2

1 Calculated as the weight of asphalt binder contributed fromthe RAP as a percentage of the total weight of asphalt binderin the mixture.

2 Calculated as the weight of asphalt binder contributed fromthe RAS as a percentage of the total weight of asphalt binderin the mixture.

65. Develop the mix design including RAP, RAS, recycling agent,7

and new binder.89

6. Extract, recover, and test the asphalt residue from the RAP and10RAS stockpiles to determine the percent of recycling agent11and/or grade of new asphalt binder needed to meet but not12exceed the performance grade (PG) of asphalt binder required13by the Contract.14

15a. Perform the asphalt extraction in accordance with AASHTO16

T 164 or ASTM D 2172 using reagent grade solvent.1718

b. Perform the asphalt recovery in accordance with AASHTO19R 59 or ASTM D 1856.20

21c. Test the recovered asphalt residue in accordance with22

AASHTO R 29 to determine the asphalt binder grade in23accordance with Section 9-02.1(4).24

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 17

1d. After determining the recovered asphalt binder grade,2

determine the percent of recycling agent and/or grade of3new asphalt binder in accordance with ASTM D 4887.4

5e. Test the final blend of recycling agent, binder recovered6

from the RAP and RAS, and new asphalt binder in7accordance with AASHTO R 29. The final blended binder8shall meet but not exceed the performance grade of asphalt9binder required by the Contract and comply with the10requirements of Section 9-02.1(4).11

127. Include the following test data with the mix design submittal:13

14a. All test data from RAP and RAS stockpile construction.15

16b. All data from testing the recovered and blended asphalt17

binder.1819

8. Include representative samples of the following with the mix20design submittal:21

22a. RAP and RAS.23

24b. 150 grams of recovered asphalt residue from the RAP and25

RAS that are to be used in the HMA production.2627

5-04.2(1)B Commercial HMA - Mix Design Submittal for Placement on28QPL29For HMA used in the Bid item Commercial HMA, in addition to the30requirements of 5-04.2(1) identify the following in the submittal:31

321. Commercial HMA33

342. Class of HMA35

363. Performance grade of binder37

384. Equivalent Single Axle Load (ESAL)39

40The Contracting Agency may elect to approve Commercial HMA mix designs41without evaluation.42

435-04.2(1)C Mix Design Resubmittal for QPL Approval44Develop a new mix design and resubmit for approval on the QPL when any of45the following changes occur. When these occur, discontinue using the mix46design until after it is reapproved on the QPL.47

481. Change in the source of crude petroleum used in the asphalt binder.49

502. Changes in the asphalt binder refining process.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 18

13. Changes in additives or modifiers in the asphalt binder.2

34. Changes in the anti-strip additive, brand, type or quantity.4

55. Changes to the source of material for aggregate.6

76. Changes to the job mix formula that exceed the amounts as8

described in item 2 of Section 9-03.8(7), unless otherwise approved9by the Engineer.10

117. Changes in the percentage of material from a stockpile, when such12

changes exceed 5% of the total aggregate weight.1314

a. For Low RAP/No RAS mix designs developed without RAP,15changes to the percentage of material from a stockpile will be16calculated based on the total aggregate weight not including the17weight of RAP.18

19b. For Low RAP/No RAS mix designs developed with RAP,20

changes to the percentage of material from a stockpile will be21calculated based on the total aggregate weight including the22weight of RAP.23

24c. For High RAP/Any RAS mix designs, changes in the percentage25

of material from a stockpile will be based on total aggregate26weight including the weight of RAP (and/or RAS when included27in the mixture).28

29Prior to making any change in the amount of RAS in an approved mix design,30notify the Engineer for determination of whether a new mix design is required,31and obtain the Engineer’s approval prior to implementing such changes.32

335-04.2(2) Mix Design – Obtaining Project Approval34Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT35Form 350-041 to the Engineer to request approval to use a mix design from the36QPL. Changes to the job mix formula (JMF) that have been approved on other37contracts may be included. The Engineer may reject a request to use a mix design38if production of HMA using that mix design on any contract is not in compliance39with Section 5-04.3(11)D, E, F, and G for mixture or compaction.40

415-04.2(2)A Changes to the Job Mix Formula42The approved mix design obtained from the QPL will be considered the43starting job mix formula (JMF) and shall be used as the initial basis for44acceptance of HMA mixture, as detailed in Section 5-04.3(9).45

46During production the Contractor may request to adjust the JMF. Any47adjustments to the JMF will require approval of the Engineer and shall be48made in accordance with item 2 of Section 9-03.8(7). After approval by the49Engineer, such adjusted JMF’s shall constitute the basis for acceptance of the50HMA mixture.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 19

15-04.2(2)B Using Warm Mix Asphalt Processes2The Contractor may, at the Contractor’s discretion, elect to use warm mix3asphalt (WMA) processes for producing HMA. WMA processes include4organic additives, chemical additives, and foaming. The use of WMA is5subject to the following:6

7• Do not use WMA processes in the production of High RAP/Any RAS8

mixtures.9• Before using WMA processes, obtain the Engineer’s approval using10

WSDOT Form 350-076 to describe the proposed WMA process.1112

5-04.3 Construction Requirements135-04.3(1) Weather Limitations14Do not place HMA for wearing course on any Traveled Way beginning October 1st15through March 31st of the following year, without written concurrence from the16Engineer.17

18Do not place HMA on any wet surface, or when the average surface temperatures19are less than those specified in Table 5, or when weather conditions otherwise20prevent the proper handling or finishing of the HMA.21

22Table 5

Minimum Surface Temperature for PavingCompacted

Thickness (Feet) Wearing Course Other CoursesLess than 0.10 55°F 45°F

0.10 to 0.20 45°F 35°FMore than 0.20 35°F 35°F

235-04.3(2) Paving Under Traffic24These requirements apply when the Roadway being paved is open to traffic.25

26In hot weather, the Engineer may require the application of water to the pavement27to accelerate the finish rolling of the pavement and to shorten the time required28before reopening to traffic.29

30During paving operations, maintain temporary pavement markings throughout the31project. Install temporary pavement markings on the Roadway prior to opening to32traffic. Temporary pavement markings shall comply with Section 8-23.33

345-04.3(3) Equipment35

5-04.3(3)A Mixing Plant36Equip mixing plants as follows.37

381. Use tanks for storage and preparation of asphalt binder which:39

40• Heat the contents by means that do not allow flame to contact41

the contents or the tank, such as by steam or electricity.4243

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 20

• Heat and hold contents at the required temperatures.12

• Continuously circulate contents to provide uniform temperature3and consistency during the operating period.4

5• Provide an asphalt binder sampling valve, in either the storage6

tank or the supply line to the mixer.78

2. Provide thermometric equipment:910

• In the asphalt binder feed line near the charging valve at the11mixer unit, capable of detecting temperature ranges expected in12the HMA and in a location convenient and safe for access by13Inspectors.14

15• At the discharge chute of the drier to automatically register or16

indicate the temperature of the heated aggregates, and situated17in full view of the plant operator.18

193. When heating asphalt binder:20

21• Do not exceed the maximum temperature of the asphalt binder22

recommended by the asphalt binder supplier.2324

• Avoid local variations in heating.2526

• Provide a continuous supply of asphalt binder to the mixer at a27uniform average temperature with no individual variations28exceeding 25°F.29

304. Provide a mechanical sampler for sampling mineral materials31

that:3233

• Meets the crushing or screening requirements of Section 1-05.6.3435

5. Provide HMA sampling equipment that complies with WSDOT36T168.37

38• Use a mechanical sampling device installed between the39

discharge of the silo and the truck transport, approved by the40Engineer, or41

42• Platforms or devices to enable sampling from the truck transport43

without entering the truck transport for sampling HMA.4445

6. Provide for setup and operation of the Contracting Agency’s46field testing:47

48• As required in Section 3-01.2(2).49

507. Provide screens or a lump breaker:51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 21

1• When using any RAP or any RAS, to eliminate oversize RAP or2

RAS particles from entering the pug mill or drum mixer.34

5-04.3(3)B Hauling Equipment5Provide HMA hauling equipment with tight, clean, smooth metal beds and a6cover of canvas or other suitable material of sufficient size to protect the HMA7from adverse weather. Securely attach the cover to protect the HMA8whenever the weather conditions during the work shift include, or are forecast9to include, precipitation or an air temperature less than 45°F.10

11Prevent HMA from adhering to the hauling equipment. Spray metal beds with12an environmentally benign release agent. Drain excess release agent prior to13filling hauling equipment with HMA. Do not use petroleum derivatives or other14coating material that contaminate or alter the characteristics of the HMA. For15hopper trucks, operate the conveyer during the process of applying the16release agent.17

185-04.3(3)C Pavers19Use self-contained, power-propelled pavers provided with an internally heated20vibratory screed that is capable of spreading and finishing courses of HMA in21lane widths required by the paving section shown in the Plans.22

23When requested by the Engineer, provide written certification that the paver is24equipped with the most current equipment available from the manufacturer for25the prevention of segregation of the coarse aggregate particles. The26certification shall list the make, model, and year of the paver and any27equipment that has been retrofitted to the paver.28

29Operate the screed in accordance with the manufacturer’s recommendations30and in a manner to produce a finished surface of the required evenness and31texture without tearing, shoving, segregating, or gouging the mixture. Provide32a copy of the manufacturer’s recommendations upon request by the33Contracting Agency. Extensions to the screed will be allowed provided they34produce the same results, including ride, density, and surface texture as35obtained by the primary screed. In the Travelled Way do not use extensions36without both augers and an internally heated vibratory screed.37

38Equip the paver with automatic screed controls and sensors for either or both39sides of the paver. The controls shall be capable of sensing grade from an40outside reference line, sensing the transverse slope of the screed, and41providing automatic signals that operate the screed to maintain the desired42grade and transverse slope. Construct the sensor so it will operate from a43reference line or a mat referencing device. The transverse slope controller44shall be capable of maintaining the screed at the desired slope within plus or45minus 0.1 percent.46

47Equip the paver with automatic feeder controls, properly adjusted to maintain48a uniform depth of material ahead of the screed.49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 22

Manual operation of the screed is permitted in the construction of irregularly1shaped and minor areas. These areas include, but are not limited to, gore2areas, road approaches, tapers and left-turn channelizations.3

4When specified in the Contract, provide reference lines for vertical control.5Place reference lines on both outer edges of the Traveled Way of each6Roadway. Horizontal control utilizing the reference line is permitted.7Automatically control the grade and slope of intermediate lanes by means of8reference lines or a mat referencing device and a slope control device. When9the finish of the grade prepared for paving is superior to the established10tolerances and when, in the opinion of the Engineer, further improvement to11the line, grade, cross-section, and smoothness can best be achieved without12the use of the reference line, a mat referencing device may be substituted for13the reference line. Substitution of the device will be subject to the continued14approval of the Engineer. A joint matcher may be used subject to the approval15of the Engineer. The reference line may be removed after completion of the16first course of HMA when approved by the Engineer. Whenever the Engineer17determines that any of these methods are failing to provide the necessary18vertical control, the reference lines will be reinstalled by the Contractor.19

20Furnish and install all pins, brackets, tensioning devices, wire, and21accessories necessary for satisfactory operation of the automatic control22equipment.23

24If the paving machine in use is not providing the required finish, the Engineer25may suspend Work as allowed by Section 1-08.6.26

275-04.3(3)D Material Transfer Device or Material Transfer Vehicle28Use a material transfer device (MTD) or material transfer vehicle (MTV) to29deliver the HMA from the hauling equipment to the paving machine for any lift30in (or partially in) the top 0.30 feet of the pavement section used in traffic31lanes. However, an MTD/V is not required for HMA placed in irregularly32shaped and minor areas such as tapers and turn lanes, or for HMA mixture33that is accepted by Visual Evaluation. At the Contractor’s request the34Engineer may approve paving without an MTD/V; the Engineer will determine35if an equitable adjustment in cost or time is due. If a windrow elevator is used,36the Engineer may limit the length of the windrow in urban areas or through37intersections.38

39To be approved for use, an MTV:40

411. Shall be a self-propelled vehicle, separate from the hauling vehicle42

or paver.4344

2. Shall not connected to the hauling vehicle or paver.4546

3. May accept HMA directly from the haul vehicle or pick up HMA from47a windrow.48

494. Shall mix the HMA after delivery by the hauling equipment and prior50

to placement into the paving machine.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 23

15. Shall mix the HMA sufficiently to obtain a uniform temperature2

throughout the mixture.34

To be approved for use, an MTD:56

1. Shall be positively connected to the paver.78

2. May accept HMA directly from the haul vehicle or pick up HMA from9a windrow.10

113. Shall mix the HMA after delivery by the hauling equipment and prior12

to placement into the paving machine.1314

4. Shall mix the HMA sufficiently to obtain a uniform temperature15throughout the mixture.16

175-04.3(3)E Rollers18Operate rollers in accordance with the manufacturer’s recommendations.19When requested by the Engineer, provide a Type 1 Working Drawing of the20manufacturer’s recommendation for the use of any roller planned for use on21the project. Do not use rollers that crush aggregate, produce pickup or22washboard, unevenly compact the surface, displace the mix, or produce other23undesirable results.24

255-04.3(4) Preparation of Existing Paved Surfaces26Before constructing HMA on an existing paved surface, the entire surface of the27pavement shall be clean. Entirely remove all fatty asphalt patches, grease28drippings, and other deleterious substances from the existing pavement to the29satisfaction of the Engineer. Thoroughly clean all pavements or bituminous30surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly31remove any cleaning or solvent type liquids used to clean equipment spilled on the32pavement before paving proceeds. Fill all holes and small depressions with an33appropriate class of HMA. Level and thoroughly compact the surface of the34patched area.35

36Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any37course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned38existing pavement with a thin film of residual asphalt free of streaks and bare39spots. Apply a heavy application of tack coat to all joints. For Roadways open to40traffic, limit the application of tack coat to surfaces that will be paved during the41same working shift. Equip the spreading equipment with a thermometer to indicate42the temperature of the tack coat material.43

44Do not operate equipment on tacked surfaces until the tack has broken and cured.45Repair tack coat damaged by the Contractor’s operation, prior to placement of the46HMA.47

48Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-491, CSS-1h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS-150and CSS-1h may be diluted with water at a rate not to exceed one part water to51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 24

one part emulsified asphalt. Do not allow the tack coat material to exceed the1maximum temperature recommended by the asphalt supplier.2

3When shown in the Plans, prelevel uneven or broken surfaces over which HMA is4to be placed by using an asphalt paver, a motor patrol grader, or by hand raking,5as approved by the Engineer.6

75-04.3(4)A Crack Sealing8

5-04.3(4)A1 General9When the Proposal includes a pay item for crack sealing, seal all cracks10¼ inch in width and greater.11

12Cleaning: Ensure that cracks are thoroughly clean, dry and free of all13loose and foreign material when filling with crack sealant material. Use a14hot compressed air lance to dry and warm the pavement surfaces within15the crack immediately prior to filling a crack with the sealant material. Do16not overheat pavement. Do not use direct flame dryers. Routing cracks is17not required.18

19Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly20mix the components and pour the mixture into the cracks until full. Add21additional CSS-1 cationic emulsified asphalt to the sand slurry as needed22for workability to ensure the mixture will completely fill the crack. Strike23off the sand slurry flush with the existing pavement surface and allow the24mixture to cure. Top off cracks that were not completely filled with25additional sand slurry. Do not place the HMA overlay until the slurry has26fully cured.27

28Hot Poured Sealant: For cracks that are to be filled with hot poured29sealant, apply the material in accordance with these requirements and30the manufacturer's recommendations. Furnish a Type 1 Working Drawing31of the manufacturer's product information and recommendations to the32Engineer prior to the start of work, including the manufacturer’s33recommended heating time and temperatures, allowable storage time34and temperatures after initial heating, allowable reheating criteria, and35application temperature range. Confine hot poured sealant material36within the crack. Clean any overflow of sealant from the pavement37surface. If, in the opinion of the Engineer, the Contractor’s method of38sealing the cracks with hot poured sealant results in an excessive amount39of material on the pavement surface, stop and correct the operation to40eliminate the excess material.41

425-04.3(4)A2 Crack Sealing Areas Prior to Paving43In areas where HMA will be placed, use sand slurry to fill the cracks.44

455-04.3(4)A3 Crack Sealing Areas Not to be Paved46In areas where HMA will not be placed, fill the cracks as follows:47

481. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.49

502. Cracks greater than 1 inch in width – fill with sand slurry.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 25

15-04.3(4)B Soil Residual Herbicide2Where shown in the Plans, apply one application of an approved soil residual3herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours4of applying the herbicide.5

6Use herbicide registered with the Washington State Department of Agriculture7for use under pavement. Before use, obtain the Engineer’s approval of the8herbicide and the proposed rate of application. Include the following9information in the request for approval of the material:10

111. Brand Name of the Material,12

132. Manufacturer,14

153. Environmental Protection Agency (EPA) Registration Number,16

174. Material Safety Data Sheet, and18

195. Proposed Rate of Application.20

215-04.3(4)C Pavement Repair22Excavate pavement repair areas and backfill these with HMA in accordance23with the details shown in the Plans and as staked. Conduct the excavation24operations in a manner that will protect the pavement that is to remain. Repair25pavement not designated to be removed that is damaged as a result of the26Contractor’s operations to the satisfaction of the Engineer at no cost to the27Contracting Agency. Excavate only within one lane at a time unless approved28otherwise by the Engineer. Do not excavate more area than can be29completely backfilled and compacted during the same shift.30

31Unless otherwise shown in the Plans or determined by the Engineer, excavate32to a depth of 1.0 feet. The Engineer will make the final determination of the33excavation depth required.34

35The minimum width of any pavement repair area shall be 40 inches unless36shown otherwise in the Plans. Before any excavation, sawcut the perimeter of37the pavement area to be removed unless the pavement in the pavement38repair area is to be removed by a pavement grinder.39

40Excavated materials shall be the property of the Contractor and shall be41disposed of in a Contractor-provided site off the Right of Way or used in42accordance with Sections 2-02.3(3) or 9-03.21.43

44Apply a heavy application of tack coat to all surfaces of existing pavement in45the pavement repair area, in accordance with Section 5-04.3(4).46

47Place the HMA backfill in lifts not to exceed 0.35-foot compacted depth.48Thoroughly compact each lift by a mechanical tamper or a roller.49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 26

5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS1Produce aggregate in compliance with Section 3-01. Comply with Section 3-202 for preparing stockpile sites, stockpiling, and removing from stockpile each3of the following: aggregates, RAP, and RAS. Provide sufficient storage space4for each size of aggregate, RAP and RAS. Fine aggregate or RAP may be5uniformly blended with the RAS as a method of preventing the agglomeration6of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in7a manner that ensures minimal segregation when being moved to the HMA8plant for processing into the final mixture. Keep different aggregate sizes9separated until they have been delivered to the HMA plant.10

115-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes12Do not place any RAP or RAS into a stockpile which has been13sequestered for a High RAP/Any RAS mix design. Do not incorporate any14RAP or RAS into a High RAP/Any RAS mixture from any source other15than the stockpile which was sequestered for approval of that particular16High RAP/Any RAS mix design.17

18RAP that is used in a Low RAP/No RAS mix is not required to come from19a sequestered stockpile.20

215-04.3(6) Mixing22The asphalt supplier shall introduce anti-stripping additive, in the amount23designated on the QPL for the mix design, into the asphalt binder prior to24shipment to the asphalt mixing plant.25

26Anti-strip is not required for temporary work that will be removed prior to27Physical Completion.28

29Use asphalt binder of the grade, and from the supplier, in the approved mix30design.31

32Prior to introducing reclaimed materials into the asphalt plant, remove wire,33nails, and other foreign material. Discontinue use of the reclaimed material if34the Engineer, in their sole discretion, determines the wire, nails, or other35foreign material to be excessive.36

37Size RAP and RAS prior to entering the mixer to provide uniform and38thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking39down during the heating and mixing of the HMA, immediately suspend the use40of the RAP or RAS until changes have been approved by the Engineer.41

42After the required amount of mineral materials, RAP, RAS, new asphalt binder43and recycling agent have been introduced into the mixer, mix the HMA until44complete and uniform coating of the particles and thorough distribution of the45asphalt binder throughout the mineral materials, RAP and RAS is ensured.46

47Upon discharge from the mixer, ensure that the temperature of the HMA does48not exceed the optimum mixing temperature shown on the approved Mix49Design Report by more than 25°F, or as approved by the Engineer. When a50WMA additive is included in the manufacture of HMA, do not heat the WMA51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 27

additive (at any stage of production including in binder storage tanks) to a1temperature higher than the maximum recommended by the manufacturer of2the WMA additive.3

4A maximum water content of 2 percent in the mix, at discharge, will be5allowed providing the water causes no problems with handling, stripping, or6flushing. If the water in the HMA causes any of these problems, reduce the7moisture content.8

9During the daily operation, HMA may be temporarily held in approved storage10facilities. Do not incorporate HMA into the Work that has been held for more11than 24 hours after mixing. Provide an easily readable, low bin-level indicator12on the storage facility that indicates the amount of material in storage. Waste13the HMA in storage when the top level of HMA drops below the top of the14cone of the storage facility, except as the storage facility is being emptied at15the end of the working shift. Dispose of rejected or waste HMA at no expense16to the Contracting Agency.17

185-04.3(7) Spreading and Finishing19Do not exceed the maximum nominal compacted depth of any layer in any20course, as shown in Table 6, unless approved by the Engineer:21

22Table 6

Maximum Nominal Compacted Depth of Any Layer

HMA Class Wearing Course Other than WearingCourse

1 inch 0.35 feet 0.35 feet¾ and ½ inch 0.30 feet 0.35 feet

3⁄8 inch 0.15 feet 0.15 feet23

Use HMA pavers complying with Section 5-04.3(3) to distribute the mix. On24areas where irregularities or unavoidable obstacles make the use of25mechanical spreading and finishing equipment impractical, the paving may be26done with other equipment or by hand.27

28When more than one JMF is being utilized to produce HMA, place the29material produced for each JMF with separate spreading and compacting30equipment. Do not intermingle HMA produced from more than one JMF. Each31strip of HMA placed during a work shift shall conform to a single JMF32established for the class of HMA specified unless there is a need to make an33adjustment in the JMF.34

355-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA36Sample aggregate for meeting the requirements of Section 3-04 prior to being37incorporated into HMA. (The acceptance data generated for the Section 3-0438acceptance analysis will not be commingled with the acceptance data39generated for the Section 5-04.3(9) acceptance analysis.) Aggregate40acceptance samples shall be taken as described in Section 3-04. Aggregate41acceptance testing will be performed by the Contracting Agency. Aggregate42contributed from RAP and/or RAS will not be evaluated under Section 3-04.43

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 28

1For aggregate that will be used in HMA mixture which will be accepted by2Statistical Evaluation, the Contracting Agency’s acceptance of the aggregate3will be based on:4

51. Samples taken prior to mixing with asphalt binder, RAP, or RAS;6

72. Testing for the materials properties of fracture, uncompacted void8

content, and sand equivalent;910

3. Evaluation by the Contracting Agency in accordance with Section 3-1104, including price adjustments as described therein.12

13For aggregate that will be used in HMA which will be accepted by Visual14Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the15discretion of the Engineer.16

175-04.3(9) HMA Mixture Acceptance18The Contracting Agency will evaluate HMA mixture for acceptance by one of19two methods as determined from the criteria in Table 7.20

21Table 7

Basis of Acceptance for HMA MixtureVisual Evaluation Statistical Evaluation

Criteriafor

Selectingthe

EvaluationMethod

· Commercial HMAplaced at anylocation

· Any HMA placed in:o sidewalkso road approacheso ditcheso slopeso pathso trailso goreso prelevelo temporary

pavement1o pavement repair

· Other nonstructuralapplications of HMAas approved by theEngineer

· All HMA mixtureother than thataccepted by VisualEvaluation

1 Temporary pavement is HMA that will be removed beforePhysical Completion of the Contract.

225-04.3(9)A Test Sections23This Section applies to HMA mixture accepted by Statistical Evaluation. A24test section is not allowed for HMA accepted by Visual Evaluation.25

26

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 29

The purpose of a test section is to determine whether or not the1Contractor’s mix design and production processes will produce HMA2meeting the Contract requirements related to mixture. Construct HMA3mixture test sections at the beginning of paving, using at least 600 tons4and a maximum of 1,000 tons or as specified by the Engineer. Each test5section shall be constructed in one continuous operation.6

75-04.3(9)A1 Test Section – When Required, When to Stop8Use Tables 8 and 9 to determine when a test section is required,9optional, or not allowed, and to determine when performing test10sections may end. Each mix design will be evaluated independently11for the test section requirements. If more than one test section is12required, each test section shall be evaluated separately by the13criteria in table 8 and 9.14

15Table 8

Criteria for Conducting and Evaluating HMA Mixture TestSections

(For HMA Mixture Accepted by Statistical Evaluation)High RAP/Any

RASLow RAP/No

RASIs Mixture Test

Section Optional orMandatory?

Mandatory1 At Contractor’sOption

Waiting period afterpaving the test

section.4 calendar days2 4 calendar days2

What Must Happento Stop Performing

Test Sections?

Meet “ResultsRequired to StopPerforming Test

Sections” in Table 9for High RAP/Any

RAS.

Provide samplesand respond toWSDOT test

results required byTable 9 for LowRAP/No RAS.

1If a mix design has produced an acceptable test section on aprevious contract (paved in the same calendar year, from thesame plant, using the same JMF) the test section may bewaived if approved by the Engineer.

2This is to provide time needed by the Contracting Agency tocomplete testing and the Contractor to adjust the mixture inresponse to those test results. Paving may resume when thisis done.

16Table 9

Results Required to Stop Performing HMA Mixture TestSections1

(For HMA Mixture Accepted by Statistical Evaluation)

Test PropertyType of HMA

High RAP/Any RAS Low RAP/NoRAS

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 30

Gradation

Minimum PFi of 0.95based on the criteria

in Section 5-04.3(9)B42

None4

Asphalt Binder

Minimum PFi of 0.95based on the criteria

in Section 5-04.3(9)B42

None4

Va

Minimum PFi of 0.95based on the criteria

in Section 5-04.3(9)B42

None4

Hamburg WheelTrack

Indirect TensileStrength

Meet requirementsof Section 9-

03.8(2).3

These tests willnot be done as

part of TestSection.

AggregatesSand Equivalent

Uncompacted VoidContentFracture

NonstatisticalEvaluation in

accordance with therequirements ofSection 3-043

None3

1In addition to the requirements of this table, acceptance of theHMA mixture used in each test section is subject to theacceptance criteria and price adjustments for StatisticalEvaluation (see Table 9a).

2Divide the test section lot into three sublots, approximatelyequal in size. Take one sample from each sublot, and testeach sample for the property in the first column.

3Take one sample for each test section lot. Test the sample forthe properties in the first column.

4Divide the test section lot into three sublots, approximatelyequal in size. Take one sample from each sublot, and testeach sample for the property in the first column. There are nocriteria for discontinuing test sections for these mixes;however, the contractor must comply with Section 5-04.3(11)Fbefore resuming paving.

15-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test2Section3The Engineer will evaluate the HMA mixture in each test section for4rejection, acceptance, and price adjustments based on the criteria in5Table 9a using the data generated from the testing required by Table69. Each test section shall be considered a separate lot.7

8Table 9a

Acceptance Criteria for HMA Mixture Placed in a TestSection

(For HMA Mixture Accepted by Statistical Evaluation)Test Property Type of HMA

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 31

High RAP/AnyRAS

Low RAP/NoRAS

GradationAsphalt Binder

Va

StatisticalEvaluation

StatisticalEvaluation

Hamburg WheelTrack

Indirect TensileStrength

Pass/Fail for therequirements of

Section 9-03.8(2)1N/A

HMA AggregateSand Equivalent

Uncompacted VoidContent

NonstatisticalEvaluation in

accordance with therequirements of

Section 3-04

NonstatisticalEvaluation in

accordance withthe requirementsof Section 3-04

1Failure to meet the specifications for Hamburg and/or IDT willcause the mixture in the test section to be rejected. Refer toSection 5-04.3(11).

15-04.3(9)B Mixture Acceptance – Statistical Evaluation2

5-04.3(9)B1 Mixture Statistical Evaluation – Lots and Sublots3HMA mixture which is accepted by Statistical Evaluation will be4evaluated by the Contracting Agency dividing that HMA tonnage into5mixture lots, and each mixture lot will be evaluated using stratified6random sampling by the Contracting Agency sub-dividing each7mixture lot into mixture sublots. All mixture in a mixture lot shall be of8the same mix design. The mixture sublots will be numbered in the9order in which the mixture (of a particular mix design) is paved.10

11Each mixture lot comprises a maximum of 15 mixture sublots,12except:13

14• The final mixture lot of each mix design on the Contract will15

comprise a maximum of 25 sublots.16• A mixture lot for a test section will consist of three sublots.17

18Each mixture sublot shall be approximately uniform in size with the19maximum mixture sublot size as specified in Table 10. The quantity20of material represented by the final mixture sublot of the project, for21each mix design on the project, may be increased to a maximum of22two times the mixture sublot quantity calculated.23

24Table 10

Maximum HMA Mixture Sublot SizeFor HMA Accepted by Statistical Evaluation

HMA Original PlanQuantity (tons)1 Maximum Sublot Size (tons)2

< 20,000 1,00020,000 to 30,000 1,500

>30,000 2,000

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 32

1 “Plan quantity” means the plan quantity of all HMA of thesame class and binder grade which is accepted by StatisticalEvaluation.

2 The maximum sublot size for each combination of HMA classand binder grade shall be calculated separately.

1• For a mixture lot in progress with a mixture CPF less than2

0.75, a new mixture lot will begin at the Contractor’s3request after the Engineer is satisfied that material4conforming to the Specifications can be produced. See5also Section 5-04.3(11)F.6

7• If, before completing a mixture lot, the Contractor requests8

a change to the JMF which is approved by the Engineer,9the mixture produced in that lot after the approved change10will be evaluated on the basis of the changed JMF, and the11mixture produced in that lot before the approved change12will be evaluated on the basis of the unchanged JMF;13however, the mixture before and after the change will be14evaluated in the same lot. Acceptance of subsequent15mixture lots will be evaluated on the basis of the changed16JMF.17

185-04.3(9)B2 Mixture Statistical Evaluation – Sampling19Comply with Section 1-06.2(1).20

21Samples of HMA mixture which is accepted by Statistical Evaluation22will be randomly selected from within each sublot, with one sample23per sublot. The Engineer will determine the random sample location24using WSDOT Test Method T 716. The Contractor shall obtain the25sample when ordered by the Engineer. The Contractor shall sample26the HMA mixture in the presence of the Engineer and in accordance27with FOP for WAQTC T 168.28

295-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing30Comply with Section 1-06.2(1).31

32The Contracting Agency will test the mixture sample from each33sublot (including sublots in a test section) for the properties shown in34Table 11.35

36Table 11

Testing Required for each HMA Mixture Sublot

Test Procedure Performedby

Va WSDOT SOP731

Engineer

Asphalt Binder Content FOP forAASHTO T308

Engineer

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 33

Gradation: PercentPassing1½″, 1″, ¾″, ½″, ⅜″, No. 4,No. 8, No. 200

FOP forWAQTCT 27/T 11

Engineer

1The mixture samples and tests taken for the purpose of determining2acceptance of the test section (as described in Section 5-04.3(9)A)3shall also be used as the test results for acceptance of the mixture4described in 5-04.3(9)B3, 5-04.3(9)B4, 5-04.3(9)B5, and 5-504.3(9)B6.6

75-04.3(9)B4 Mixture Statistical Evaluation – Pay Factors8Comply with Section 1-06.2(2).9

10The Contracting Agency will determine a pay factor (PFi) for each of11the properties in Table 11, for each mixture lot, using the quality level12analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be13calculated for each of the sieve sizes listed in Table 11 which is14equal to or smaller than the maximum allowable aggregate size (10015percent passing sieve) of the HMA mixture. The USL and LSL shall16be calculated using the Job Mix Formula Tolerances (for Statistical17Evaluation) in Section 9-03.8(7).18

19If a constituent is not measured in accordance with these20Specifications, its individual pay factor will be considered 1.00 in21calculating the Composite Pay Factor (CPF).22

235-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay24Factors (CPF)25Comply with Section 1-06.2(2).26

27In accordance with Section 1-06.2(2)D4, the Contracting Agency will28determine a Composite Pay Factor (CPF) for each mixture lot from29the pay factors calculated in Section 5-04.3(9)B4, using the price30adjustment factors in Table 12. Unless otherwise specified, the31maximum CPF for HMA mixture shall be 1.05.32

33Table 12

HMA Mixture Price Adjustment FactorsConstituent Factor “f”

All aggregate passing: 1½″, 1″, ¾″,½″, ⅜″ and No.4 sieves 2

All aggregate passing No. 8 sieve 15All aggregate passing No. 200 sieve 20Asphalt binder 40Air Voids (Va) 20

345-04.3(9)B6 Mixture Statistical Evaluation – Price Adjustments35For each HMA mixture lot, a Job Mix Compliance Price Adjustment36will be determined and applied, as follows:37

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 34

1JMCPA = [0.60 x (CPF – 1.00)] x Q x UP2

3Where4

5JMCPA = Job Mix Compliance Price Adjustment for a given lot6

of mixture ($)7CPF = Composite Pay factor for a given lot of mixture8

(maximum is 1.05)9Q = Quantity in a given lot of mixture (tons)10UP = Unit price of the HMA in a given lot of mixture ($/ton)11

125-04.3(9)B7 Mixture Statistical Evaluation – Retests13The Contractor may request that a mixture sublot be retested. To14request a retest, submit a written request to the Contracting Agency15within 7 calendar days after the specific test results have been16posted to the website or emailed to the Contractor, whichever occurs17first. The Contracting Agency will send a split of the original18acceptance sample for testing by the Contracting Agency to either19the Region Materials Laboratory or the State Materials Laboratory as20determined by the Engineer. The Contracting Agency will not test the21split of the sample with the same equipment or by the same tester22that ran the original acceptance test. The sample will be tested for a23complete gradation analysis, asphalt binder content, and Va, and the24results of the retest will be used for the acceptance of the HMA25mixture in place of the original mixture sublot sample test results.26The cost of testing will be deducted from any monies due or that may27come due the Contractor under the Contract at the rate of $250 per28sample.29

305-04.3(9)C Vacant31

325-04.3(9)D Mixture Acceptance – Visual Evaluation33Visual Evaluation of HMA mixture will be by visual inspection by the34Engineer or, in the sole discretion of the Engineer, the Engineer may35sample and test the mixture.36

375-04.3(9)D1 Mixture Visual Evaluation – Lots, Sampling, Testing,38Price Adjustments39HMA mixture accepted by Visual Evaluation will not be broken into40lots unless the Engineer determines that testing is required. When41that occurs, the Engineer will identify the limits of the questionable42HMA mixture, and that questionable HMA mixture shall constitute a43lot. Then, the Contractor will take samples from the truck, or the44Engineer will take core samples from the roadway at a minimum of45three random locations from within the lot, selected in accordance46with WSDOT Test Method T 716, taken from the roadway in47accordance with WSDOT SOP 734, and tested in accordance with48WSDOT SOP 737. The Engineer will test one of the samples for all49constituents in Section 5-04.3(9)B3. If all constituents from that test50fall within the Job Mix Formula Tolerances (for Visual Evaluation) in51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 35

Section 9-03.8(7), the lot will be accepted at the unit Contract price1with no further evaluation.2

3When one or more constituents fall outside those tolerance limits, the4other samples will be tested for all constituents in Section 5-504.3(9)B3, and a Job Mix Compliance Price Adjustment will be6calculated in accordance with Table 13.7

8Table 13

Visual Evaluation – Out of Tolerance ProceduresComply with the Following

Pay Factors1 Section 5-04.3(9)B4Composite Pay Factors2 Section 5-04.3(9)B5Price Adjustments Section 5-04.3(9)B61The Visual Evaluation tolerance limits in Section 9-03.8(7) willbe used in the calculation of the PFi.

2The maximum CPF shall be 1.00.9

5-04.3(9)E Mixture Acceptance – Notification of Acceptance Test10Results11The results of all mixture acceptance testing and the Composite Pay12Factor (CPF) of the lot after three sublots have been tested will be13available to the Contractor through The Contracting Agency’s website.14

15The Contracting Agency will endeavor to provide written notification (via16email to the Contractor’s designee) of acceptance test results through its17web-based materials testing system Statistical Analysis of Materials18(SAM) within 24 hours of the sample being made available to the19Contracting Agency. However, the Contractor agrees:20

211. Quality control, defined as the system used by the Contractor to22

monitor, assess, and adjust its production processes to ensure23that the final HMA mixture will meet the specified level of quality,24is the sole responsibility of the Contractor.25

262. The Contractor has no right to rely on any testing performed by27

the Contracting Agency, nor does the Contractor have any right28to rely on timely notification by the Contracting Agency of the29Contracting Agency’s test results (or statistical analysis thereof),30for any part of quality control and/or for making changes or31correction to any aspect of the HMA mixture.32

333. The Contractor shall make no claim for untimely notification by34

the Contracting Agency of the Contracting Agency’s test results35or statistical analysis.36

375-04.3(10) HMA Compaction Acceptance38For all HMA, the Contractor shall comply with the General Compaction39Requirements in Section 5-04.3(10)A. The Contracting Agency will evaluate40all HMA for compaction compliance with one of the following - Statistical41

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 36

Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the1criteria in Table 14:2

3Table 14

Criteria for Determining Method of Evaluation for HMA Compaction1

Statistical Evaluationof HMA Compaction is

Required For:

Visual Evaluation ofHMA Compaction is

Required For:

Test PointEvaluation of HMA

Compaction isRequired For:

· Any HMA for whichthe specified coursethickness is greaterthan 0.10 feet, andthe HMA is in:o traffic lanes,

including but notlimited to:· ramp lanes· truck climbing

lanes· weaving

lanes· speed

change lanes

· “HMA forPreleveling…”

· “HMA forPavementRepair…”

· Any HMA notmeeting thecriteria forStatisticalEvaluation orVisual Evaluation

1This table applies to all HMA, and shall be the sole basis fordetermining the acceptance method for compaction.

4The Contracting Agency may, at its sole discretion, evaluate any HMA for5compliance with the Cyclic Density requirements of Section 5-04.3(10)B.6

75-04.3(10)A HMA Compaction – General Compaction Requirements8Immediately after the HMA has been spread and struck off, and after9surface irregularities have been adjusted, thoroughly and uniformly10compact the mix. The completed course shall be free from ridges, ruts,11humps, depressions, objectionable marks, and irregularities and shall12conform to the line, grade, and cross-section shown in the Plans. If13necessary, alter the JMF in accordance with Section 9-03.8(7) to achieve14desired results.15

16Compact the mix when it is in the proper condition so that no undue17displacement, cracking, or shoving occurs. Compact areas inaccessible18to large compaction equipment by mechanical or hand tampers. Remove19HMA that becomes loose, broken, contaminated, shows an excess or20deficiency of asphalt, or is in any way defective. Replace the removed21material with new HMA, and compact it immediately to conform to the22surrounding area.23

24The type of rollers to be used and their relative position in the compaction25sequence shall generally be the Contractor’s option, provided the26specified densities are attained. An exception shall be that pneumatic27

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 37

tired rollers shall be used for compaction of the wearing course beginning1October 1st of any year through March 31st of the following year.2Coverage with a steel wheel roller may precede pneumatic tired rolling.3Unless otherwise approved by the Engineer, operate rollers in the static4mode when the internal temperature of the mix is less than 175°F.5Regardless of mix temperature, do not operate a roller in a mode that6results in checking or cracking of the mat.7

8On bridge decks and on the five feet of roadway approach immediately9adjacent to the end of bridge/back of pavement seat, operate rollers in10static mode only.11

125-04.3(10)B HMA Compaction – Cyclic Density13Low cyclic density areas are defined as spots or streaks in the pavement14that are less than 90 percent of the theoretical maximum density. At the15Engineer’s discretion, the Engineer may evaluate the HMA pavement for16low cyclic density, and when doing so will follow WSDOT SOP 733. A17$500 Cyclic Density Price Adjustment will be assessed for any 500-foot18section with two or more density readings below 90 percent of the19theoretical maximum density.20

215-04.3(10)C HMA Compaction Acceptance – Statistical Evaluation22HMA compaction which is accepted by Statistical Evaluation will be23based on acceptance testing performed by the Contracting Agency, and24statistical analysis of those acceptance tests results. This will result in a25Compaction Price Adjustment.26

275-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and28Sublots29HMA compaction which is accepted by Statistical Evaluation will be30evaluated by the Contracting Agency dividing the project into31compaction lots, and each compaction lot will be evaluated using32stratified random sampling by the Contracting Agency sub-dividing33each compaction lot into compaction sublots. All mixture in any34individual compaction lot shall be of the same mix design. The35compaction sublots will be numbered in the order in which the36mixture (of a particular mix design) is paved.37

38Each compaction lot comprises a maximum of 15 compaction39sublots, except for the final compaction lot of each mix design on the40Contract, which comprises a maximum of 25 sublots.41

42Each compaction sublot shall be uniform in size as shown in Table4315, except that the last compaction sublot of each day may be44increased to a maximum of two times the compaction sublot quantity45calculated. Minor variations in the size of any sublot shall not be46cause to invalidate the associated test result.47

48Table 15

HMA Compaction Sublot Size

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 38

HMA Original Plan Quantity(tons)1

Compaction Sublot Size(tons)

<20,000 10020,000 to 30,000 150

>30,000 2001 In determining the plan quantity tonnage, do not include any

tons accepted by test point evaluation.1

The following will cause one compaction lot to end prematurely and a2new compaction lot to begin:3

4• For a compaction lot in progress with a compaction CPF5

less than 0.75, a new compaction lot will begin at the6Contractor’s request after the Engineer is satisfied that7material conforming to the Specifications can be produced.8See also Section 5-04.3(11)F.9

10All HMA which is paved on a bridge and accepted for compaction by11Statistical Evaluation will compose a bridge compaction lot. If the12contract includes such HMA on more than one bridge, compaction13will be evaluated on each bridge individually, as separate bridge14compaction lots.15

16Bridge compaction sublots will be determined by the Engineer17subject to the following:18

19• All sublots on a given bridge will be approximately the same20

size.2122

• Sublots will be stratified from the lot.2324

• In no case will there be less than 3 sublots in each bridge25compaction lot.26

27• No sublot will exceed 50 tons.28

29• Compaction test locations will be determined by the30

Engineer in accordance with WSDOT FOP for AASHTO31T716.32

335-04.3(10)C2 HMA Compaction Statistical Evaluation –34Acceptance Testing35Comply with Section 1-06.2(1).36

37The location of HMA compaction acceptance tests will be randomly38selected by the Contracting Agency from within each sublot, with one39test per sublot. The Contracting Agency will determine the random40sample location using WSDOT Test Method T 716.41

42Use Table 16 to determine compaction acceptance test procedures43and to allocate compaction acceptance sampling and testing44

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 39

responsibilities between the Contractor and the Contracting Agency.1HMA cores shall be taken or nuclear density testing shall occur after2completion of the finish rolling, prior to opening to traffic, and on the3same day that the mix is placed.4

5Table 16

HMA Compaction Acceptance Testing Procedures andResponsibilities

When ContractIncludes Bid

Item “HMA Core– Roadway” or“HMA Core –

Bridge”4

When Contract Does NotInclude Bid Item “HMA Core –

Roadway” or “HMA Core –Bridge”4

Basis for Test: Cores Cores3NuclearDensityGauge3

In-PlaceDensity

Determined by:

Contractor shalltake cores1

using WSDOTSOP 7342

ContractingAgency will

determine coredensity using

FOP forAASHTO T 166

ContractingAgency will take

cores1 usingWSDOT SOP

734ContractingAgency will

determine coredensity using

FOP forAASHTO T 166

ContractingAgency, usingWSDOT FOPfor AASHTO

T 355

TheoreticalMaximumDensity

Determined by:

Contracting Agency, using FOP for AASHTO T 209

RollingAverage ofTheoreticalMaximumDensities

Determined by:

Contracting Agency, using WSDOT SOP 729

PercentCompaction inEach Sublot

Determined by:

ContractingAgency, usingWSDOT SOP

736

ContractingAgency, usingWSDOT SOP

736

ContractingAgency, usingWSDOT FOPfor AASHTO

T 3551The core diameter shall be 4-inches unless otherwise approved bythe Engineer.

2The Contractor shall take the core samples in the presence of theEngineer, at locations designated by the Engineer, and deliver thecore samples to the Contracting Agency.

3The Contracting Agency will determine, in its sole discretion, whetherit will take cores or use the nuclear density gauge to determine in-

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 40

place density. Exclusive reliance on cores for density acceptance isgenerally intended for small paving projects and is not intended as areplacement for nuclear gauge density testing on typical projects.

4The basis for test of all compaction sublots in a bridge compaction lotshall be cores. These cores shall be taken by the Contractor whenthe Proposal includes the bid item “HMA Cores – Bridge”. Whenthere is no bid item for “HMA Cores – Bridge”, the Engineer will beresponsible for taking HMA cores for all compaction sublots in abridge compaction lot. In either case, the Engineer will determinecore location, in-place density of the core, theoretical maximumdensity, rolling average of theoretical maximum density, and percentcompaction using the procedure called for in this Section.

1When using the nuclear density gauge for acceptance testing of2pavement density, the Engineer will follow WSDOT SOP 730 for3correlating the nuclear gauge with HMA cores. When cores are4required for the correlation, coring and testing will be by the5Contracting Agency. When a core is taken for gauge correlation at6the location of a sublot, the relative density of the core will be used7for the sublot test result and is exempt from retesting.8

95-04.3(10)C3 HMA Statistical Compaction – Price Adjustments10For each HMA compaction lot (that is accepted by Statistical11Evaluation) which has less than three compaction sublots, for which12all compaction sublots attain a minimum of 91 percent compaction13determined in accordance with WSDOT FOP for AASHTO T 355 (or14WSDOT SOP 736 when provided by the Contract), the HMA will be15accepted at the unit Contract price with no further evaluation.16

17For each HMA compaction lot (that is accepted by Statistical18Evaluation) which does not meet the criteria in the preceding19paragraph, the compaction lot shall be evaluated in accordance with20Section 1-06.2(2) to determine the appropriate Compaction Price21Adjustment (CPA). All of the test results obtained from the22acceptance samples from a given compaction lot shall be evaluated23collectively. Additional testing by either a nuclear density gauge or24cores will be completed as required to provide a minimum of three25tests for evaluation.26

27For the statistical analysis in Section 1-06.2, use the following28values:29

30x = Percent compaction of each sublot31USL = 10032LSL= 9133

34Each CPA will be determined as follows:35

36CPA = [0.40 x (CPF – 1.00)] x Q x UP37

38Where39

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 41

1CPA = Compaction Price Adjustment for the compaction lot2

($)3CPF = Composite Pay Factor for the compaction lot4

(maximum is 1.05)5Q = Quantity in the compaction lot (tons)6UP = Unit price of the HMA in the compaction lot ($/ton)7

85-04.3(10)C4 HMA Statistical Compaction – Requests for9Retesting10For a compaction sublot that has been tested with a nuclear density11gauge that did not meet the minimum of 91 percent of the theoretical12maximum density in a compaction lot with a CPF below 1.00 and13thus subject to a price reduction or rejection, the Contractor may14request that a core, taken at the same location as the nuclear density15test, be used for determination of the relative density of the16compaction sublot. The relative density of the core will replace the17relative density determined by the nuclear density gauge for the18compaction sublot and will be used for calculation of the CPF and19acceptance of HMA compaction lot. When cores are taken by the20Contracting Agency at the request of the Contractor, they shall be21requested by noon of the next workday after the test results for the22compaction sublot have been provided or made available to the23Contractor. Traffic control shall be provided by the Contractor as24requested by the Engineer. Failure by the Contractor to provide the25requested traffic control will result in forfeiture of the request for26retesting. When the CPF for the compaction lot based on the results27of the cores is less than 1.00, the Contracting Agency will deduct the28cost for the coring from any monies due or that may become due the29Contractor under the Contract at the rate of $200 per core and the30Contractor shall pay for the cost of the traffic control.31

325-04.3(10)D HMA Compaction – Visual Evaluation33Visual Evaluation will be the basis of acceptance for compaction of the34Bid items “HMA for Pavement Repair Cl. ___ PG ___”and “HMA for35Prelevelling Class___ PG___”. This HMA shall be thoroughly compacted36to the satisfaction of the Engineer. HMA that is used to prelevel wheel37ruts shall be compacted with a pneumatic tire roller.38

395-04.3(10)E HMA Compaction – Test Point Evaluation40When compaction acceptance is by Test Point Evaluation, compact HMA41based on a test point evaluation of the compaction train. Perform the test42point evaluation in accordance with instructions from the Engineer. The43number of passes with an approved compaction train, required to attain44the maximum test point density, shall be used on all subsequent paving.45

465-04.3(10)F HMA Compaction Acceptance – Notification of47Acceptance Test Results48The obligations and responsibilities for notifying the Contractor of49compaction acceptance test results are the same as for mixture50acceptance test results. See Section 5-04.3(9)E.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 42

15-04.3(11) Reject Work2This Section applies to HMA and all requirements related to HMA (except3aggregates prior to being incorporated into HMA). For rejection of aggregate4prior to its incorporation into HMA refer to Section 3-04.5

65-04.3(11)A Reject Work – General7Work that is defective or does not conform to Contract requirements shall8be rejected. The Contractor may propose, in writing, alternatives to9removal and replacement of rejected material. Acceptability of such10alternative proposals will be determined at the sole discretion of the11Engineer.12

135-04.3(11)B Rejection by Contractor14The Contractor may, prior to acceptance sampling and testing, elect to15remove any defective material and replace it with new material. Any such16new material will be sampled, tested, and evaluated for acceptance.17

185-04.3(11)C Rejection Without Testing (Mixture or Compaction)19The Engineer may, without sampling, reject any batch, load, or section of20Roadway that appears defective. Material rejected before placement shall21not be incorporated into the pavement.22

23No payment will be made for the rejected materials or the removal of the24materials unless the Contractor requests the rejected material to be25tested. If the Contractor requests testing, acceptance will be by Statistical26Evaluation, and a minimum of three samples will be obtained and tested.27When uncompacted material is required for testing but not available, the28Engineer will determine random sample locations on the roadway in29accordance with WSDOT Test Method T 716, take cores in accordance30with WSDOT SOP 734, and test the cores in accordance with WSDOT31SOP 737.32

33If the CPF for the rejected material is less than 0.75, no payment will be34made for the rejected material; in addition, the cost of sampling and35testing shall be borne by the Contractor. If the CPF is greater than or36equal to 0.75, the cost of sampling and testing will be borne by the37Contracting Agency. If the material is rejected before placement and the38CPF is greater than or equal to 0.75, compensation for the rejected39material will be at a CPF of 0.75. If rejection occurs after placement and40the CPF is greater than or equal to 0.75, compensation for the rejected41material will be at the calculated CPF with an addition of 25 percent of the42unit Contract price added for the cost of removal and disposal.43

445-04.3(11)D Rejection – A Partial Sublot (Mixture or Compaction)45In addition to the random acceptance sampling and testing, the Engineer46may also isolate from a mixture or compaction sublot any material that is47suspected of being defective in relative density, gradation or asphalt48binder content. Such isolated material will not include an original sample49location. The Contracting Agency will obtain a minimum of three random50samples of the suspect material and perform the testing. When51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 43

uncompacted material is required for testing but is not available, the1Engineer will select random sample locations on the roadway in2accordance with WSDOT Test Method T 716, take cores samples in3accordance with WSDOT SOP 734, and test the material in accordance4with WSDOT SOP 737. The material will then be statistically evaluated as5an independent lot in accordance with Section 1-06.2(2).6

75-04.3(11)E Rejection – An Entire Sublot (Mixture or Compaction)8An entire mixture or compaction sublot that is suspected of being9defective may be rejected. When this occurs, a minimum of two additional10random samples from this sublot will be obtained. When uncompacted11material is required for the additional samples but the material has been12compacted, the Contracting Agency will take and test cores from the13roadway as described in Section 5-04.3(11)D. The additional samples14and the original sublot will be evaluated as an independent lot in15accordance with Section 1-06.2(2).16

175-04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction)18The Contractor shall shut down operations and shall not resume HMA19placement until such time as the Engineer is satisfied that material20conforming to the Specifications can be produced when:21

221. the Composite Pay Factor (CPF) of a mixture or compaction lot23

in progress drops below 1.00 and the Contractor is taking no24corrective action, or25

262. the Pay Factor (PFi) for any constituent of a mixture or27

compaction lot in progress drops below 0.95 and the Contractor28is taking no corrective action, or29

303. either the PFi for any constituent (or the CPF) of a mixture or31

compaction lot in progress is less than 0.75.3233

5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction)34An entire lot with a CPF of less than 0.75 will be rejected.35

365-04.3(12) Joints37

5-04.3(12)A HMA Joints385-04.3(12)A1 Transverse Joints39Conduct operations such that placement of the top or wearing course40is a continuous operation or as close to continuous as possible.41Unscheduled transverse joints will be allowed, but the roller may42pass over the unprotected end of the freshly laid HMA only when the43placement of the course is discontinued for such a length of time that44the HMA will cool below compaction temperature. When the Work is45resumed, cut back the previously compacted HMA to produce a46slightly beveled edge for the full thickness of the course.47

48Construct a temporary wedge of HMA on a 50H:1V where a49transverse joint as a result of paving or planing is open to traffic.50Separate the HMA in the temporary wedge from the permanent HMA51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 44

upon which it is placed by strips of heavy wrapping paper or other1methods approved by the Engineer. Remove the wrapping paper2and trim the joint to a slightly beveled edge for the full thickness of3the course prior to resumption of paving.4

5Waste the material that is cut away and place new HMA against the6cut. Use rollers or tamping irons to seal the joint.7

85-04.3(12)A2 Longitudinal Joints9Offset the longitudinal joint in any one course from the course10immediately below by not more than 6 inches nor less than 2 inches.11Locate all longitudinal joints constructed in the wearing course at a12lane line or an edge line of the Traveled Way. Construct a notched13wedge joint along all longitudinal joints in the wearing surface of new14HMA unless otherwise approved by the Engineer. The notched15wedge joint shall have a vertical edge of not less than the maximum16aggregate size nor more than ½ of the compacted lift thickness, and17then taper down on a slope not steeper than 4H:1V. Uniformly18compact the sloped portion of the HMA notched wedge joint.19

20On one-lane ramps a longitudinal joint may be constructed at the21center of the traffic lane, subject to approval by the Engineer, if:22

231. The ramp must remain open to traffic, or24

252. The ramp is closed to traffic and a hot-lap joint is26

constructed.2728

a. Two paving machines shall be used to construct the29hot-lap joint.30

31b. The pavement within 6 inches of the hot-lap joint will32

not be excluded from random location selection for33compaction testing.34

35c. Construction equipment other than rollers shall not36

operate on any uncompacted HMA.3738

When HMA is placed adjacent to cement concrete pavement,39construct longitudinal joints between the HMA and the cement40concrete pavement. Saw the joint to the dimensions shown on41Standard Plan A-40.10 and fill with joint sealant meeting the42requirements of Section 9-04.2.43

445-04.3(12)B Bridge Paving Joint Seals45

5-04.3(12)B1 HMA Sawcut and Seal46Prior to placing HMA on the bridge deck, establish sawcut alignment47points at both ends of the bridge paving joint sealsto be placed at the48bridge ends, and at interior joints within the bridge deck when and49where shown in the Plans. Establish the sawcut alignment points in50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 45

a manner that they remain functional for use in aligning the sawcut1after placing the HMA overlay.2

3Submit a Type 1 Working Drawing consisting of the sealant4manufacturer’s application procedure.5

6Construct the bridge paving joint seal as specified in the Plans and in7accordance with the detail shown in the Standard Plans. Construct8the sawcut in accordance with Section 5-05.3(8). Apply the sealant9in accordance with Section 5-05.3(8)B and the manufacturer’s10application procedure.11

125-04.3(12)B2 Paved Panel Joint Seal13Construct the paved panel joint seal in accordance with the14requirements specified in Section 5-04.3(12)B1 and the following15requirement:16

171. Clean and seal the existing joint between concrete panels18

in accordance with Section 5-01.3(8) and the details shown19in the Standard Plans.20

215-04.3(13) Surface Smoothness22The completed surface of all courses shall be of uniform texture, smooth,23uniform as to crown and grade, and free from defects of all kinds. The24completed surface of the wearing course shall not vary more than ⅛ inch from25the lower edge of a 10-foot straightedge placed on the surface parallel to the26centerline. The transverse slope of the completed surface of the wearing27course shall vary not more than ¼ inch in 10 feet from the rate of transverse28slope shown in the Plans.29

30When deviations in excess of the above tolerances are found that result from31a high place in the HMA, correct the pavement surface by one of the32following methods:33

341. Remove material from high places by grinding with an approved35

grinding machine, or3637

2. Remove and replace the wearing course of HMA, or3839

3. By other method approved by the Engineer.4041

Correct defects until there are no deviations anywhere greater than the42allowable tolerances.43

44Deviations in excess of the above tolerances that result from a low place in45the HMA and deviations resulting from a high place where corrective action, in46the opinion of the Engineer, will not produce satisfactory results will be47accepted with a price adjustment. The Engineer shall deduct from monies due48or that may become due to the Contractor the sum of $500.00 for each and49every section of single traffic lane 100 feet in length in which any excessive50deviations described above are found.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 46

1When portland cement concrete pavement is to be placed on HMA, the2surface tolerance of the HMA shall be such that no surface elevation lies3above the Plan grade minus the specified Plan depth of portland cement4concrete pavement. Prior to placing the portland cement concrete pavement,5bring any such irregularities to the required tolerance by grinding or other6means approved by the Engineer.7

8When utility appurtenances such as manhole covers and valve boxes are9located in the Traveled Way, pave the Roadway before the utility10appurtenances are adjusted to the finished grade.11

125-04.3(14) Planing Bituminous Pavement13Plane in such a manner that the underlying pavement is not torn, broken, or14otherwise damaged by the planing operation. Delamination or raveling of the15underlying pavement will not be construed as damage due to the Contractor’s16operations. Pavement outside the limits shown in the Plans or designated by17the Engineer that is damaged by the Contractor’s operations shall be repaired18to the satisfaction of the Engineer at no additional cost to the Contracting19Agency.20

21For mainline planing operations, use equipment with automatic controls and22with sensors for either or both sides of the equipment. The controls shall be23capable of sensing the grade from an outside reference line, or a mat-24referencing device. The automatic controls shall have a transverse slope25controller capable of maintaining the mandrel at the desired transverse slope26(expressed as a percentage) within plus or minus 0.1 percent.27

28Remove all loose debris from the planed surface before opening the planed29surface to traffic. The planings and other debris resulting from the planing30operation shall become the property of the Contractor and be disposed of in31accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract.32

335-04.3(15) Sealing Pavement Surfaces34Apply a fog seal where shown in the Plans. Construct the fog seal in35accordance with Section 5-02.3. Unless otherwise approved by the Engineer,36apply the fog seal prior to opening to traffic.37

385-04.3(16) HMA Road Approaches39Construct HMA approaches at the locations shown in the Plans or where40staked by the Engineer, in accordance with Section 5-04.41

425-04.4 Measurement43HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will44be measured by the ton in accordance with Section 1-09.2, with no deduction being45made for the weight of asphalt binder, mineral filler, or any other component of the46HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5-4704.3(11), the material removed will not be measured.48

49Roadway cores will be measured per each for the number of cores taken.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 47

Crack Sealing-LF will be measured by the linear foot along the line of the crack.12

Soil residual herbicide will be measured by the mile for the stated width to the nearest30.01 mile or by the square yard, whichever is designated in the Proposal.4

5Pavement repair excavation will be measured by the square yard of surface marked6prior to excavation.7

8Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.9

10Longitudinal joint seals between the HMA and cement concrete pavement will be11measured by the linear foot along the line and slope of the completed joint seal.12

13HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot14along the line and slope of the completed joint seal.15

16Planing bituminous pavement will be measured by the square yard.17

18Temporary pavement marking will be measured by the linear foot as provided in19Section 8-23.4.20

21Water will be measured by the M gallon as provided in Section 2-07.4.22

235-04.5 Payment24Payment will be made for each of the following Bid items that are included in the25Proposal:26

27“HMA Cl. ___ PG ___”, per ton.28“HMA for Approach Cl. ___ PG ___”, per ton.29“HMA for Preleveling Cl. ___ PG ___”, per ton.30“HMA for Pavement Repair Cl. ___ PG ___”, per ton.31“Commercial HMA”, per ton.32The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl.33___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair34Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs,35including anti-stripping additive, incurred to carry out the requirements of Section365-04 except for those costs included in other items which are included in this37Subsection and which are included in the Proposal.38

39 “Crack Sealing-FA”, by force account.40“Crack Sealing-FA” will be paid for by force account as specified in Section 1-09.6.41For the purpose of providing a common Proposal for all Bidders, the Contracting42Agency has entered an amount in the Proposal to become a part of the total Bid by43the Contractor.44

45“Crack Sealing-LF”, per linear foot.46The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment47for all costs incurred to perform the Work described in Section 5-04.3(4)A.48

49 “Soil Residual Herbicide ____ ft. Wide”, per mile, or50“Soil Residual Herbicide”, per square yard.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 48

The unit Contract price per mile or per square yard for “Soil Residual Herbicide”1shall be full payment for all costs incurred to obtain, provide and install herbicide in2accordance with Section 5-04.3(4)B.3

4“Pavement Repair Excavation Incl. Haul”, per square yard.5The unit Contract price per square yard for “Pavement Repair Excavation Incl.6Haul” shall be full payment for all costs incurred to perform the Work described in7Section 5-04.3(4)C with the exception, however, that all costs involved in the8placement of HMA shall be included in the unit Contract price per ton for “HMA for9Pavement Repair Cl. ___ PG ___”, per ton.10

11“Asphalt for Fog Seal”, per ton.12Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.13

14“Longitudinal Joint Seal”, per linear foot.15The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full16payment for all costs incurred to construct the longitudinal joint between HMA and17cement concrete pavement, as described in Section 5-04.3(12)B.18

19“HMA Sawcut And Seal”, per linear foot.20The unit Contract price per linear foot for “HMA Sawcut And Seal” shall be full21payment for all costs incurred to perform the Work described in Section 5-2204.3(12)B1.23

24“Paved Panel Joint Seal”, per linear foot.25The unit Contract price per linear foot for “Paved Panel Joint Seal” shall be full26payment for all costs incurred to perform the Work described in Section 5-2704.3(12)B2.28

29“Planing Bituminous Pavement”, per square yard.30The unit Contract price per square yard for “Planing Bituminous Pavement” shall31be full payment for all costs incurred to perform the Work described in Section 5-3204.3(14).33

34“Temporary Pavement Marking”, per linear foot.35Payment for “Temporary Pavement Marking” is described in Section 8-23.5.36

37“Water”, per M gallon.38Payment for “Water” is described in Section 2-07.5.39

40“Job Mix Compliance Price Adjustment”, by calculation.41“Job Mix Compliance Price Adjustment” will be calculated and paid for as42described in Section 5-04.3(9)B6 and 5-04.3(9)D1.43

44“Compaction Price Adjustment”, by calculation.45“Compaction Price Adjustment” will be calculated and paid for as described in46Section 5-04.3(10)C3.47

48“HMA Core – Bridge”, per each.49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 49

The unit Contract price per each for “HMA Core – Bridge” shall be full payment for1all costs, including traffic control, associated with taking HMA density cores in2pavement that is on a bridge deck.3

4“HMA Core – Roadway”, per each.5The unit Contract price per each for “HMA Core – Roadway” shall be full payment6for all costs, including traffic control, associated with taking HMA density cores in7pavement that is not on a bridge deck.8

9“Cyclic Density Price Adjustment”, by calculation.10“Cyclic Density Price Adjustment” will be calculated and paid for as described in11Section 5-04.3(10)B.12

135-05.AP514Section 5-05, Cement Concrete Pavement15January 3, 201716

5-05.3(1) Concrete Mix Design for Paving17In last sentence of the second paragraph of item number 1, the reference to “Section 9-1801.2(4)” is revised to read “Section 9-01.2(1)B”.19

20The following is inserted after item number 2:21

223. Mix Design Modifications - The Contractor may initiate adjustments to the23

aggregate proportions of the approved mix design. An adjustment in both the fine24and coarse aggregate batch target weights of plus or minus 200 pounds per cubic25yard will be allowed without resubmittal of the mix design. The adjusted26aggregate weights shall become the new batch target weights for the mix design.27

28Item number 3 is renumbered to 4 and revised (up until the table) to read:29

304. Conformance to Mix Design - Cement and coarse and fine aggregate weights31

shall be within the following tolerances of the batch target weights of the mix32design:33

34Portland Cement Concrete Batch Weights

Cement +5% -1%Coarse Aggregate +2% -2%

Fine Aggregate +2% -2%35

5-05.3(3)B Mixing Equipment36The last sentence of item number 4 is revised to read:37

38Plant-mixed concrete may be transported in nonagitated vehicles provided that the39concrete is in a workable condition when placed and:40

41a. discharge is completed within 45 minutes after the introduction of mixing42

water to the cement and aggregates, or4344

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 50

b. discharge is completed within 60 minutes after the introduction of mixing1water to the cement and aggregates, provided the concrete mix temperature2is 70°F or below during placement, or3

4c. discharge is completed within 60 minutes after the introduction of mixing5

water to the cement and aggregates, provided the mix contains an approved6set retarder at the manufacturer’s minimum dosage rate.7

85-05.3(6) Subgrade9This section, including title, is revised to read:10

115-05.3(6) Surface Preparation12The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond13each edge of the area which is to receive concrete pavement in order to accommodate14the slip-form equipment.15

16Concrete shall not be placed during a heavy rainfall. Prior to placing concrete:17

181. The surface shall be moist;19

202. Excess water (e.g., standing, pooling or flowing) shall be removed from the21

surface.2223

3. The surface shall be clean and free of any deleterious materials.2425

4. The surface temperature shall not exceed 120°F or be frozen.2627

5-05.3(7)A Slip-Form Construction28The second sentence of the first paragraph is revised to read:29

30The alignment and elevation of the paver shall be regulated from outside reference31lines established for this purpose, or by an electronic control system capable of32controlling the line and grade within required tolerances.33

346-02.AP635Section 6-02, Concrete Structures36August 7, 201737

6-02.2 Materials38The item “Elastomeric Bearing Pads” is revised to read “Fabricated Bridge Bearing39Assemblies”.40

416-02.3(2) Proportioning Materials42In the sixth paragraph, the reference to “Section 9-01.2(4)” is revised to read “9-01.2(1)B”.43

446-02.3(2)A Contractor Mix Design45The following new sentence is inserted after the first sentence of the third paragraph:46

47

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 51

The mix design submittal shall also include test results no older than one year showing1that the Aggregates do not contain Deleterious Substances in accordance with Section29-03.3

46-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D5Item number 4 of the first paragraph is deleted.6

7Items number 5, 6, and 7 of the first paragraph are renumbered to 4, 5, and 6, respectively.8

9The following new sentence is inserted after the second sentence of the last paragraph:10

11Mix designs using shrinkage reducing admixture shall state the specific quantity12required.13

14The following new sentence is inserted before the last sentence of the last paragraph:15

16Testing samples of mixes using shrinkage reducing admixture shall use the admixture17amount specified in the mix design submittal.18

196-02.3(2)B Commercial Concrete20The last sentence of the first paragraph is revised to read:21

22Commercial concrete does not require mix design or source approvals for cement,23aggregate, and other admixtures.24

256-02.3(5)G Sampling and Testing for Temperature, Consistency and Air26Content27The last three paragraphs are revised to read:28

29Sampling and testing will be performed before concrete placement from the first load.30Concrete shall not be placed until all tests have been completed by the Engineer, and31the results indicate that the concrete is within acceptable limits. If the concrete is not32within acceptable limits, sampling and testing will continue before concrete placement33for each load until one load meets all of the applicable acceptance requirements. After34one test indicates that the concrete is within specified limits, the concrete may be35placed and the sampling and testing frequency may decrease to one for every 10036cubic yards. Sampling shall be performed in accordance with FOP for WAQTC TM 237and random samples shall be selected in accordance with WSDOT T 716. After the38first acceptable load of concrete, up to ½ cubic yard may be placed from subsequent39loads to be tested prior to testing for acceptance.40

41When the results for any subsequent acceptance test indicates that the concrete as42delivered and approved by the Contractor for placement does not conform to the43specified limits, the sampling and testing frequency will be resumed for each load.44Whenever one subsequent test indicates that the concrete is within the specified limits,45the random sampling and testing frequency of one for every 100 cubic yards may46resume.47

48Sampling and testing for a placement of one class of concrete consisting of 50 cubic49yards or less will be as listed above, except that after one set of tests indicate that the50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 52

concrete is within specified limits, the remaining concrete to be placed may be1accepted by visual inspection.2

36-02.3(6)A1 Hot Weather Protection4This section is revised to read:5

6The Contractor shall provide concrete within the specified temperature limits. Cooling7of the coarse aggregate piles by sprinkling with water is permitted provided the8moisture content is monitored and the mixing water is adjusted for the free water in the9aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with10water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles11moisture content shall be monitored and the mixing water adjusted for the free water in12the aggregate. In addition, when removing the coarse aggregate, it shall be removed13from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or14replacing all or part of the mixing water with crushed ice, provided the ice is completely15melted by placing time.16

17If air temperature exceeds 90°F, the Contractor shall use water spray or other accepted18methods to cool all concrete-contact surfaces to less than 90°F. These surfaces19include forms, reinforcing steel, steel beam flanges, and any others that touch the mix.20

216-02.3(6)A2 Cold Weather Protection22This section is revised to read:23

24Concrete shall be maintained at or above a temperature of 40°F during the first seven25days of the Cold Weather Protection Period and at or above a temperature of 35°F26during the remainder of the Cold Weather Protection Period. Cold weather protection27requirements do not apply to concrete in shafts and piles placed below the ground line.28

29Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working30Drawing with a written procedure for cold weather concreting. The procedure shall31detail how the Contractor will adequately cure the concrete and prevent the concrete32temperature from falling below the minimum temperature. Extra protection shall be33provided for areas especially vulnerable to freezing (such as exposed top surfaces,34corners and edges, thin sections, and concrete placed into steel forms). Concrete35placement will only be allowed if the Contractor’s cold weather protection plan has36been accepted by the Engineer.37

38Prior to concrete placement, the Contractor shall review the 7-day temperature39predictions for the job site from the Western Region Headquarters of the National40Weather Service (www.wrh.noaa.gov). When temperatures below 35°F are predicted,41the Contractor shall:42

431. Install temperature sensors in each concrete placement. One sensor shall be44

installed for every 100 cubic yards of concrete placed. Sensors shall be45installed at locations directed by the Engineer, and shall be placed 1.5 inches46from the face of concrete.47

482. Immediately after concrete placement, temperature sensors shall be installed49

on the concrete surface at locations directed by the Engineer. One sensor50shall be installed for every 100 cubic yards of concrete placed.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 53

1Temperatures shall be measured and recorded a minimum of every hour for the2duration of the Cold Weather Protection Period. Temperature data shall be submitted3to the Engineer as a Type 1 Working Drawing within three days following the end of the4Cold Weather Protection Period.5

6For each day that the concrete temperature falls below 40°F during the first seven days7of the Cold Weather Protection Period, no curing time is awarded for that day and the8Cold Weather Protection Period is extended for one additional day. If the concrete9temperature falls below 35°F during the Cold Weather Protection Period, the concrete10may be rejected by the Engineer.11

126-02.3(7) Concrete Exposed to Sea Water13This section including title is revised to read:14

156-02.3(7) Vacant16

176-02.3(8) Concrete Exposed to Alkaline Soils or Water18This section including title is revised to read:19

206-02.3(8) Vacant21

226-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement23This section is revised to read:24

25The Contractor shall measure and record the concrete temperature and ambient26temperature a minimum of every hour for seven calendar days after concrete27placement. The Contractor shall place two temperature sensors in the bridge deck at28locations specified by the Engineer. The Contractor shall measure ambient29temperature near the locations where concrete temperature is being measured. When30the bridge deck is being enclosed and heated to meet cold weather requirements,31ambient temperature readings shall be taken within the enclosure. The Contractor shall32submit the concrete temperature and ambient temperature data as a Type 1 Working33Drawing in spreadsheet format within 14 calendar days from placing the bridge deck34concrete.35

36The Contractor shall submit a Type 1 Working Drawing consisting of the type and37model of each device and the method used to measure and record the temperatures.38

396-02.3(13)A Strip Seal Expansion Joint System40The first paragraph is revised to read:41

42The Contractor shall submit Type 2 Working Drawings consisting of the strip seal43expansion joint shop drawings. These plans shall include, at a minimum, the following:44

451. Plan, elevation, and sections of the joint system and all components, with46

dimensions and tolerances.4748

2. All material designations.4950

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 54

3. Manufacturer’s written installation procedure. The installation procedure shall1indicate how the extrusions set into the two sides of the joint will be allowed to2move independently of one another.3

44. Corrosion protection system used on the metal components.5

65. Locations of welded shear studs, lifting mechanisms, temperature setting7

devices, and construction adjustment devices.89

6. Method of sealing the system to prevent leakage of water through the joint.1011

7. Details of the temporary supports for the steel extrusions while the12encapsulating concrete of the headers is placed and cured.13

148. The gland installation procedure, including the means and methods used to15

install the gland and assure correct seating of the gland within the steel16extrusions.17

18The following new paragraph is inserted after the third paragraph:19

20If the gland is installed in the field, the Contractor shall have the services of a strip seal21expansion joint system manufacturer’s technical representative physically present at22the job site. The manufacturer’s technical representative shall train the Contractor’s23personnel performing the field installation of the gland, provide technical assistance for24installing the gland, and observe and inspect the installation of at least the first25complete joint.26

27The second to last paragraph is deleted.28

296-02.3(14)D General Requirements for Concrete Surface Finishes Produced30by Form Liners31The first two sentences of the third paragraph are deleted.32

336-02.3(16) Plans for Falsework and Formwork34The last sentence of the first paragraph is revised to read:35

36A submittal is not required for footing or retaining wall formwork if the concrete37placement is 4 feet or less in height.38

39The second to last paragraph is revised to read:40

41The Contractor shall furnish associated design calculations to the Engineer as part of42the submittal. The design calculations shall include the structural and geotechnical43design of the foundation and shall show the stresses and deflections in all load-carrying44members that are part of the falsework system. Construction details which may be45shown in the form of sketches on the calculation sheets shall be shown in the falsework46or formwork drawings as well. Falsework or formwork plans will not be accepted in47cases where it is necessary to refer to the calculation sheets for information needed for48complete understanding of the falsework and formwork plans or how to construct the49falsework and formwork.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 55

1The last paragraph is deleted.2

36-02.3(17)D Falsework Support Systems: Piling, Temporary Concrete4Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts5This section, including title, is revised to read:6

76-02.3(17)D Falsework Support Systems: Foundations, Manufactured Shoring8Towers, Caps, and Posts9Foundations for falsework shall be designed for conditions stated in this Section using10methods shown in the AASHTO Standard Specifications for Highway Bridges11Seventeenth Edition – 2002 for allowable stress design, the AASHTO LRFD Bridge12Design Specifications for load and resistance factor design or the AASHTO Guide13Design Specifications for Bridge Temporary Works. Allowable stresses for materials14shall not exceed stresses and conditions allowed by Section 6-02.3(17)B.15

166-02.3(17)D1 Piling17This section including title is revised to read:18

196-02.3(17)D1 Vacant20

216-02.3(17)D2 Temporary Concrete Footings and Timber Mudsills22This section including title is revised to read:23

246-02.3(17)D2 Vacant25

266-02.3(17)D4 Manufactured Shoring Tower Systems and Devices27The fifth paragraph is deleted.28

296-02.3(17)D5 Cross-Braced Type Base Frames30This section is deleted in its entirety.31

326-02.3(17)D6 Ladder Type Base Frames33This section is deleted in its entirety.34

356-02.3(17)D7 Intermediate Strength Shoring36This section is deleted in its entirety.37

386-02.3(17)D8 Heavy-Duty Shoring Systems39This section is deleted in its entirety.40

416-02.3(17)K Concrete Forms on Steel Spans42In the last paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”.43

446-02.3(17)N Removal of Falsework and Forms45The fifth paragraph is deleted.46

476-02.3(19)A Vacant48This section, including title, is revised to read:49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 56

6-02.3(19)A Submittals of Acceptance Test Reports and Certificates1The Contractor shall submit the following production samples and test reports and2certificates for fabricated bridge bearing assemblies as applicable:3

41. A Type 2 Working Drawing consisting of a six-inch square by 1⁄8-inch thick5

sample of PTFE taken from the lot of production material.67

2. A Type 2 Working Drawing consisting of a six-inch square by 1-inch thick8sample of pre-formed fabric pad taken from the lot of production material.9

103. Type 1 Working Drawings consisting of Manufacturers’ Certificates of11

Compliance for the PTFE, polyether urethane, pre-formed fabric pad duck,12silicone grease, epoxy gel, and resin filler.13

144. Type 1 Working Drawings consisting of certified mill test reports for all steel15

and stainless steel in the bearing assemblies.1617

5. Type 1 Working Drawings consisting of certified test reports confirming that18the pre-formed fabric pads meet the specific requirements of proof load.19

206-02.3(24)A Field Bending21This section (excluding the tables) is revised to read:22

23Field bending of AASHTO M31 Grade 60 and ASTM A706 Grade 60 reinforcement24shall be done in accordance with the requirements of this section. Field bending of all25other reinforcement shall require a Type 2 Working Drawing showing the bend radii,26bending and heating procedures, and any inspection or testing requirements.27

28Field bending shall not be done on reinforcement within the top or bottom third of29column lengths or within plastic hinge regions identified in the Plans. Field bending30shall not be done on bar sizes No. 14 or No. 18.31

32In field-bending steel reinforcing bars, the Contractor shall:33

341. Make the bend gradually using a bending tool equipped with a bending35

diameter as listed in Table 1. Bending shall not be done by means of hammer36blows and pipe sleeves. When bending to straighten a previously bent bar,37move a hickey bar progressively around the bend.38

392. Apply heat as described below for bending bar sizes No. 6 through No. 1140

and for bending bar sizes No. 5 and smaller when the bars have been41previously bent. Previously unbent bars of sizes No. 5 and smaller may be42bent without heating when the bar temperature is 40°F or higher. When43previously unbent bars of sizes No. 5 and smaller have a bar temperature44lower than 40°F, they shall be heated to within the range of 100°F to 150°F45prior to bending. In applying heat for field-bending steel reinforcing bars, the46Contractor shall:47

48a. Avoid damage to the concrete by insulating any concrete within 6 inches49

of the heated bar area;5051

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 57

b. Apply two heat tips simultaneously at opposite sides of bar sizes No. 7 or1larger;2

3c. Heat the bar to within the required temperature range shown in Table 24

as verified by using temperature-indicating crayons or other suitable5means;6

7d. Heat a minimum bar length as shown in Table 3. Locate the heated8

section of the bar to include the entire bending length;910

e. Bend immediately after the required temperature range has been11achieved. Maintain the bar within the required temperature range during12the entire bending process;13

14f. Do not cool bars artificially with water, forced air, or other means.15

163. Limit any bend or straightening to these maximum angles: 135 degrees for17

bar sizes No. 8 or smaller, and 90 degrees for bar sizes No. 9 through No. 11.1819

4. Repair epoxy coating on epoxy coated bars in accordance with Section 6-2002.3(24)H.21

226-02.3(25) Prestressed Concrete Girders23Under the heading “Prestressed Concrete Slab Girder”, the second sentence is deleted.24

256-02.3(25)A Shop Drawings26The sixth paragraph is deleted.27

286-02.3(25)F Prestress Release29The last two sentences of the last paragraph are deleted and replaced with the following30single sentence:31

32This request shall be submitted as a Type 2E Working Drawing analyzing changes in33vertical deflection, girder lateral stability and concrete stresses in accordance with34Section 6-02.3(25)L2.35

366-02.3(25)H Finishing37Item number 2 in the first paragraph is revised to read:38

392. The bottoms, sides, and tops of the lower flanges on all girders, including the top40

of the bottom slab between the tub girder webs.4142

6-02.3(25)I Fabrication Tolerances43Items 4 and 5 in the first paragraph are revised to read:44

454. Flange Depth: ± ¼ inch46

475. Strand Position:48

49Individual strands: ± ¼ inch50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 58

1Bundled strands: ± ½ inch2

3Harped strand group center of gravity at the girder ends: ± 1 inch4

5Items 7, 8, 9 and 10 in the first paragraph are revised to read:6

77. Position of an Interior Void, vertically and horizontally: ± ½ inch.8

98. Bearing Recess (center of recess to girder end): ± ⅝ inch.10

119. Girder Ends (deviation from square or designated skew):12

13Horizontal: ± ⅛ inch per foot of girder width, up to a maximum of ± ½ inch14

15Vertical: ± 3⁄16 inch per foot of girder depth, up to a maximum of ± 1 inch16

1710. Bearing Area Deviation from Plane (in length or width of bearing): ± ⅛ inch18

19Items 14 and 15 in the first paragraph are revised to read:20

2114. Local smoothness of any surface: ± ¼ inch in 10 feet.22

2315. Differential Camber between Girders in a Span (measured in place at the job site):24

25For wide flange deck and deck bulbtee girders with a cast-in-placereinforced concrete deck:

Cambers shall be equalized whenthe differences in cambers betweenadjacent girders exceeds ± ¾ inch

For wide flange deck, deck bulb teeand slab girders without a cast-in-place reinforced concrete deck:

Cambers shall be equalized whenthe differences in cambers betweenadjacent girders exceeds ± ¼ inch

26Item 17 in the first paragraph is revised to read:27

2817. Position of Lifting Embedments: ± 3 inches longitudinal, ± ¼ inch transverse.29

306-02.3(25)J Horizontal Alignment31This section is revised to read:32

33The Contractor shall check and record the horizontal alignment (sweep) of each girder34at the following times:35

361. Initial – Upon removal of the girder from the casting bed37

382. Shipment – Within 14 days prior to shipment; and39

403. Erection – After girder erection and cutting temporary top strands but prior to41

any equalization, welding ties or placement of diaphragms.4243

Horizontal alignment of the top and bottom flanges shall be checked and recorded.44Alternatively, the Contractor may check and record the horizontal alignment of the web45

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 59

near mid-height of the girder. Each check shall be made by measuring the maximum1offset at mid-span relative to a chord that starts and stops at the girder ends. The2Contractor shall check and record the alignment at a time when the girder is not3influenced by temporary differences in surface temperature. Records for the initial4check (item 1 above) shall be included in the Contractor’s prestressed concrete5certificate of compliance. Records for all other checks shall be submitted as a Type 16Working Drawing.7

8For each check (Items 1 to 3 above), the alignment shall not be offset more than ⅛9inch for each 10 feet of girder length. Girders not meeting this tolerance for the10shipment check (Item 2 above) shall require an analysis of girder lateral stability and11stresses in accordance with Section 6-02.3(25)L1. The Contractor shall perform this12analysis and submit it as a Type 2E Working Drawing prior to shipment of the girder.13Any girder that exceeds an offset of 1⁄8 inch for each 10 feet of girder length for the14erection check (Item 3 above) shall be corrected at the job site to the 1⁄8 inch maximum15offset per 10 feet of girder length before concrete is placed into the diaphragms. The16Contractor shall submit a Type 2 Working Drawing for any required corrective action.17

18The maximum distance between the side of a prestressed concrete slab girder, or the19edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee20girder, and a chord that extends the full length of the girder shall be ±½ inch after21erection (Item 3 above).22

236-02.3(25)K Vertical Deflection24Items 2 and 3 in the first paragraph are revised to read:25

262. Shipment – Within 14 days prior to shipment;27

283. Erection – After girder erection and cutting temporary top strands but prior to any29

equalization, welding ties or placement of diaphragms.3031

The following new paragraph is inserted after the second paragraph:3233

Girders with vertical deflections not meeting the limit shown in the Plans for the34shipment check (Item 2 above) shall require an analysis of girder lateral stability and35stresses in accordance with Section 6-02.3(25)L1. The Contractor shall perform this36analysis and submit it as a Type 2E Working Drawing prior to shipment.37

38The following new sentence is inserted after the second sentence of the fourth to last39paragraph:40

41Any diaphragms are assumed to be placed.42

43The last three paragraphs are deleted and replaced with the following:44

45If the girder vertical deflection measured for the erection check (Item 3 above) is not46between the lower “D” dimension bound shown in the Plans and the upper “D”47dimension bound shown in the Plans plus ¾ inches, the Engineer may require48corrective action. The Contractor shall submit a Type 2 Working Drawing for any49required corrective action.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 60

6-02.3(25)L Handling and Storage1The second paragraph is revised to read:2

3For strand lift loops, only ½-inch diameter or 0.6-inch diameter strand conforming to4Section 9-07.10 shall be used, and a minimum 2-inch diameter straight pin of a shackle5shall be used through the loops. Multiple loops shall be held level in the girder during6casting in a manner that allows each loop to carry its share of the load during lifting.7The minimum distance from the end of the girder to the centroid of the strand lift loops8shall be 3 feet. The loops for all prestressed concrete girders, with the exception of9prestressed concrete slab girders, shall project a minimum of 1′-6″ from the top of the10girder. The loops for prestressed concrete slab girders shall project a minimum of 411inches. Loops shall extend to within 3 inches clear of the bottom of the girder,12terminating with a 9-inch long 90-degree hook. Loads on individual loops shall be13limited to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees14from the top of the girder.15

16The third sentence of the fourth paragraph is revised to read:17

18Alternatively, these temporary strands may be post-tensioned provided the strands are19stressed on the same day that the permanent prestress is released into the girder and20the strands are tensioned prior to lifting the girder.21

22The second to last sentence of the fourth paragraph is revised to read:23

24When the post-tensioned alternative is used, the Contractor shall be responsible for25properly sizing the anchorage plates, and configuring the reinforcement adjacent to the26anchorage plates, to prevent bursting or splitting of the concrete in the top flange.27

28The second to last paragraph is deleted.29

30This section is supplemented with the following new subsections:31

326-02.3(25)L1 Girder Lateral Stability and Stresses33The Contractor shall be responsible for safely lifting, storing, shipping and erecting34prestressed concrete girders.35

36The Contract documents may provide shipping and handling details for girders37including lifting embedment locations (L), shipping support locations (L1 and L2),38minimum shipping support rotational spring constants (Kθ), minimum shipping support39center-to-center wheel spacings (Wcc), vertical deflections and number of temporary top40strands. These shipping and handling details have been determined in accordance with41Section 6-02.3(25)L2.42

43The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral44stability and concrete stresses during lifting, storage, shipping and erection in45accordance with Section 6-02.3(25)L2 in the following cases:46

471. Any of the analysis assumptions listed in Section 6-02.3(25)L2 are invalid.48

Determination of validity shall be made by the Contractor, except that analysis49assumptions shall be considered invalid if the actual values are outside of the50provided tolerances.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 61

12. The Contractor intends to alter the shipping and handling details provided in2

the Contract documents.34

3. The Contract documents do not provide shipping and handling details.56

6-02.3(25)L2 Lateral Stability and Stress Analysis7Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping8and erection shall be in accordance with the PCI Recommended Practice for Lateral9Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB-1002-16-E and the AASHTO LRFD Bridge Design Specifications edition identified in the11Contract documents. The following design criteria shall be met:12

131. Factor of Safety against cracking shall be at least 1.014

152. Factor of Safety against failure shall be at least 1.516

173. Factor of Safety against rollover shall be at least 1.518

194. Allowable concrete stresses shall be as specified in Section 6-02.3(25)L320

21The analysis shall address any effects on girder vertical deflection (camber), “A”22dimensions at centerline of bearings and deck screed cambers (C).23

24Shipping and handling details provided in the Contract documents have been25determined using the following analysis assumptions:26

271. Girder dimensions, strand locations and lifting embedment locations are within28

the tolerances specified in Section 6-02.3(25)I2930

2. Girder horizontal alignment (sweep) is within the tolerance specified in31Section 6-02.3(25)J32

333. Girder vertical deflection (camber) at midspan is less than or equal to the34

value shown in the Plans for shipping3536

4. Minimum concrete compressive strength at release (f’ci) has been reached37before initial lifting from casting bed. Minimum concrete compressive strength38at 28 days (f’c) has been reached before shipping.39

405. Height of girder bottom above roadway at shipping supports is less than or41

equal to 72 inches4243

6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches4445

7. Shipping support longitudinal placement (L1 and L2) tolerance is ± 6 inches4647

8. Shipping support lateral placement tolerance is ±1 inches4849

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 62

9. Shipping supports provide the minimum shipping support rotational spring1constant (Kθ) and minimum shipping support center-to-center wheel spacings2(Wcc) shown in the Plans3

410. For shipping at highway speeds a ± 20% dynamic load allowance (impact) is5

included with a typical roadway superelevation of 2%67

11. For turning at slow speeds, no dynamic load allowance (impact) is included8with a maximum roadway superelevation of 6%9

1012. Wind, centrifugal and seismic forces are not considered11

126-02.3(25)L3 Allowable Stresses13Prestressed concrete girder stresses shall be limited to the following values at all14stages of construction and in service:15

16Condition Stress Location Allowable Stress (ksi)TemporaryStress atTransferand LiftingfromCastingBed

Tensile In areas without bondedreinforcement sufficientto resist the tensile forcein the concrete

0.0948 ≤ 0.2

In areas with bondedreinforcement sufficientto resist the tensile forcein the concrete

0.24

Compressive All locations0.65

TemporaryStress atShippingandErection

Tensile In areas without bondedreinforcement sufficientto resist the tensile forcein the concrete

0.0948 ≤ 0.2

In areas with bondedreinforcement sufficientto resist the tensile forcein the concrete

0.19

In areas with bondedreinforcement sufficientto resist the tensile forcein the concrete whenshipping at 6%superelevation, withoutimpact

0.24

Compressive All locations 0.65FinalStressesat ServiceLoad

Tensile Precompressed tensilezone 0.0

Compressive Effective prestress andpermanent loads 0.45

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 63

Effective prestress,permanent loads andtransient (live) loads

0.60

FinalStressesat FatigueLoad

Compressive Fatigue I LoadCombination plus one-half effective prestressand permanent loads

0.40

Variables are as defined in the AASHTO LRFD Bridge Design Specifications.1

6-02.3(25)M Shipping2The last four paragraphs are deleted and replaced with the following:3

4Girder lateral stability and stresses during shipping shall be in accordance with Section56-02.3(25)L1.6

7If the Contractor elects to assemble spliced prestressed concrete girders into shipping8configurations not shown in the Contract documents, the Contractor shall submit a9Type 2E Working Drawing analyzing girder lateral stability and concrete stresses in10accordance with Section 6-02.3(25)L2 before shipping.11

126-02.3(25)N Prestressed Concrete Girder Erection13The second sentence of the first paragraph is revised to read:14

15The erection plan shall conform to Section 6-02.3(25)L1.16

17The last paragraph is revised to read:18

19Stop plates and dowel bars for prestressed concrete girders shall be set with either20epoxy grout conforming to Section 9-26.3 or type IV epoxy bonding agent conforming21to Section 9-26.1.22

236-02.3(25)O Girder to Girder Connections24The second paragraph is revised to read:25

26Prestressed concrete girders shall be constructed in the following sequence:27

281. If required, deflections shall be equalized in accordance with the Contractor’s29

equalization plan.3031

2. Any intermediate diaphragms shall be placed and any weld ties shall be32welded in accordance with Section 6-03.3(25). Welding ground shall be33attached directly to the steel plates being welded when welding the weld-ties.34

353. Any keyways between adjacent girders shown in the Plans to receive grout36

shall be filled flush with the surrounding surfaces using a grout conforming to37Section 9-20.3(2).38

394. Equalization equipment shall not be removed and other construction40

equipment shall not be placed on the structure until intermediate diaphragms41

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 64

and keyway grout have attained a minimum compressive strength of 2,5001psi.2

36-02.3(26)D2 Test Block Dimensions4The first sentence is revised to read:5

6The dimensions of the test block perpendicular to the tendon in each direction shall be7the smaller of twice the minimum edge distance or the minimum spacing specified by8the special anchorage device manufacturer, with the stipulation that the concrete cover9over any confining reinforcing steel or supplementary skin reinforcement shall be10appropriate for the project-specific application and circumstances.11

126-02.3(26)E2 Ducts for External Exposed Installation13In the first paragraph, “ASTM D3350” is revised to read “ASTM D3035”.14

15In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035".16

176-02.3(26)G Tensioning18Item number 1 of the second paragraph is revised to read:19

201. All concrete has reached a compressive strength of at least 4,000 psi or the21

strength specified in the Plans. When tensioning takes place prior to 28-day22compressive strength testing on concrete sampled in accordance with Section 6-2302.3(25)H, compressive strength shall be verified on field cured cylinders in24accordance with the FOP for AASHTO T23.25

266-02.3(27)A Use of Self-Consolidating Concrete for Precast Units27Item number 2 of the first paragraph is revised to read:28

292. Precast reinforced concrete three-sided structures, box culverts and split box30

culverts in accordance with Section 7-02.3(6).3132

6-03.AP633Section 6-03, Steel Structures34January 3, 201735

6-03.3(33) Bolted Connections36In this section, “AASHTO M253” is revised to read “ASTM F3125 Grade A490”, “ASTM37F1852” is revised to read “ASTM F3125 Grade F1852”, and “ASTM A325” is revised to read38“ASTM F3125 Grade A325”.39

40In the headings of Table 3, “A 325” is revised to read “ASTM F3125 Grade A325”.41

42In the headings of Table 3, “M 253” is revised to read “ASTM F3125 Grade A490”.43

44

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 65

6-05.AP61Section 6-05, Piling2August 1, 20163

In this section, the words “capacity” and “capacities” are replaced with “resistance” and4“resistances”, respectively.5

66-05.3(1) Piling Terms7The third paragraph is revised to read:8

9Overdriving – Over-driving of piles occurs when the ultimate bearing resistance10calculated from the equation in Section 6-05.3(12), or the wave equation driving criteria11if applicable, exceeds the ultimate bearing resistance required in the Contract in order12to reach the minimum tip elevation specified in the Contract, or as required by the13Engineer.14

15The first sentence of the last paragraph is revised to read:16

17Minimum Tip Elevation – The minimum tip elevation is the elevation to which the pile18tip shall be driven.19

206-05.3(3)A Casting and Stressing21The last sentence of the third paragraph is revised to read:22

23If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to24rejection by the Engineer.25

266-05.3(5) Manufacture of Steel Piles27This section is supplemented with the following new paragraph:28

29At least 14-days prior to the start of production of the piling, the Contractor shall advise30the Engineer of the production schedule. The Contractor shall give the Inspector safe31and free access to the Work. If the Inspector observes any nonspecification Work or32unacceptable quality control practices, the Inspector will advise the plant manager. If33the corrective action is not acceptable to the Engineer, the piling(s) will be subject to34rejection by the Engineer.35

366-05.3(9)A Pile Driving Equipment Approval37The first sentence of the second paragraph is revised to read:38

39The Contractor shall submit Type 2E Working Drawings consisting of a wave equation40analysis for all pile driving systems used to drive piling with required maximum driving41resistances of greater than 300 tons.42

436-07.AP644Section 6-07, Painting45August 7, 201746

6-07.3(2) Submittals47This section is revised to read:48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 66

1The Contractor shall submit a painting plan consisting of one comprehensive submittal2including all components described in this Section. The Contractor shall submit Type 23Working Drawings of the painting plan components.4

5For shop application of paint, the painting plan shall include the documents and6samples listed in Sections 6-07.3(2)B, 6-07.3(2)C, and 6-07.3(2)E.7

8For field application of paint, the painting plan shall include the documents and9samples listed in Section 6-07.3(2)A through 6-07.3(2)F.10

116-07.3(2)A Work Force Qualifications Submittal Component12Item number 2 is revised to read:13

142. Resumé of qualifications and contact information for the Contractor’s on-site15

supervisors. Each on-site supervisor shall have 3 years’ minimum of industrial16painting field experience with 1 year minimum of field supervisory or management17experience in bridge painting projects.18

196-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal20Submittal Component21This section is revised to read:22

23The hazardous waste containment, collection, testing, and disposal submittal24component of the painting plan shall include the following:25

261. Abrasive blasting containment system attachment and support in accordance27

with Section 6-07.3(10)A, with a complete description of each attachment28device.29

302. Details of jobsite material storage facilities and containment waste storage31

facilities, including location, security, and environmental control.3233

3. Methods and materials used to contain, collect, and dispose of all34containment waste and all construction-related waste, including transportation35of waste.36

374. Details of the containment waste sampling plan conforming to WAC 173-30338

for waste designated as dangerous waste or extremely hazardous waste.3940

5. The name of, and contact information for, the accredited analytical laboratory41performing the testing of the containment waste samples in accordance with42Section 6-07.3(10)F.43

446. Process for tracking the disposal of hazardous waste, including a sample form45

of the tracking documentation.4647

7. When a wind speed threshold is specified, a description of the method to48lower or withdraw tarps, plastic exterior, and other containment components49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 67

presenting an exposed face to wind, and the estimated time required to1accomplish this action.2

38. Provisions for dust and debris collection, ventilation, and auxiliary lighting4

within the containment system.56

6-07.3(2)E Cleaning and Surface Preparation Equipment Submittal7Component8This section, including title, is revised to read:9

106-07.3(2)E Cleaning and Surface Preparation Submittal Component11The cleaning and surface preparation submittal component of the painting plan shall12include the following:13

141. Details of the abrasive blast cleaning operation, including:15

16a. Description of the abrasive blast cleaning procedure.17

18b. Type, manufacturer, and brand of abrasive blast material and all19

associated additives, including Materials Safety Data Sheets (MSDS).2021

c. Description of the abrasive blast cleaning equipment to be used.2223

6-07.3(3)A Quality Control and Quality Assurance for Shop Application of24Paint25In this section, “approved” is revised to read “accepted”.26

276-07.3(3)B Quality Control and Quality Assurance for Field Application of28Paint29The first sentence of the first paragraph is revised to read:30

31For field application of paint, the Contractor shall conduct quality control inspections as32required by SSPC-PA 1, using the personnel and the processes outlined in the painting33plan.34

35The second paragraph is revised to read:36

37A Type 1 Working Drawing consisting of the Contractor’s daily quality control report,38signed and dated by the Contractor’s quality control inspector, accompanied by copies39of the test results of quality control tests performed on the work covered by the daily40quality control report, shall be submitted before the end of the next day’s work shift.41

42In the third paragraph, “approval” is revised to read “acceptance”.43

44Item number 2 of the fourth paragraph is deleted.45

46In the fourth paragraph, items 3, 4 and 5 are renumbered to 2, 3 and 4, respectively.47

486-07.3(9)F Shop Surface Cleaning and Preparation49In the first sentence, “approved” is revised to read “accepted”.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 68

16-07.3(9)G Application of Shop Primer Coat2In the first sentence of the first paragraph, “approval” is revised to read “acceptance”.3

4The last sentence of the first paragraph is revised to read:5

6Primer shall be applied with the spray nozzles and pressures recommended by the7manufacturer of the paint system, to attain the film thicknesses specified.8

9In the third paragraph, the first sentence is revised to read:10

11The Contractor shall provide access to the steel to permit inspection by the Engineer.12

136-07.3(9)I Application of Field Coatings14The following new paragraph is inserted before to the first paragraph:15

16An on-site supervisor shall be present for each work shift at the bridge site.17

18In the fourth paragraph (after the preceding Amendment is applied), “approved” is deleted19from the first sentence.20

21The first sentence of the last paragraph is revised to read:22

23All paint damage that occurs shall be repaired in accordance with the manufacturer’s24written recommendations.25

266-07.3(10)A Containment27The first four paragraphs are deleted and replaced with the following three paragraphs:28

29The containment system shall be in accordance with SSPC Technology Guide No. 6,30Guide for Containing Surface Preparation Debris Generated During Paint Removal31Operations Class 1. The containment system shall fully enclose the steel to be painted32and not allow any material to escape the containment system. The Contractor shall33protect the surrounding environment from all debris or damage resulting from the34Contractor’s operations.35

36Except as otherwise specified in the Contract, the containment length shall not exceed37the length of a span (defined as pier to pier). The containment system shall not cause38any damage to the existing structure. Attachment devices shall not mark or otherwise39damage the steel member to which they are attached. Field-welding of attachments to40the existing structure will not be allowed. The Contractor shall not drill holes into the41existing structure or through existing structural members except as shown in the42Contractor’s painting plan Working Drawing submittal.43

44Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC45Technology Update No. 7 Section 6.2 and shall be limited to the Level A Acceptance46Criteria Option Level 0 Emissions standard. If visible emissions occur or if failure to the47containment system occurs or if signs of failure to the containment system are present,48the Contractor shall stop work immediately. Work shall not resume until the failure has49been corrected to the satisfaction of the Engineer.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 69

16-07.3(10)B Bird Guano, Fungus, and Vegetation Removal2The last paragraph is revised to read:3

4Bird guano, bird nesting materials, fungus, and vegetative growth shall be disposed of5at a land disposal site accepted by the Engineer. The Contractor shall submit a Type 16Working Drawing consisting of a copy of the disposal receipt, which shall include a7description of the disposed material.8

96-07.3(10)C Dry Cleaning10This section is revised to read:11

12Dry cleaning shall include removal of accumulated dirt and debris on the surfaces to be13painted. Collected dirt and debris shall be disposed of at a land disposal site accepted14by the Engineer. The Contractor shall submit a Type 1 Working Drawing consisting of a15copy of the disposal receipt, which shall include a description of the disposed material.16

176-07.3(10)D Surface Preparation Prior to Overcoat Painting18The second paragraph is revised to read:19

20Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be21prepared in accordance with SSPC-SP 7, brush-off blast cleaning. Surfaces22inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 15,23commercial grade power tool cleaning, as allowed by the Engineer.24

25The first sentence of the third paragraph is revised to read:26

27Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast28cleaning in accordance with SSPC-SP 6, commercial blast cleaning.29

30In the fifth sentence of the third paragraph, “approved” is revised to read “accepted”.31

32The second sentence of the last paragraph is deleted.33

346-07.3(10)F Collecting, Testing, and Disposal of Containment Waste35The third, fourth and fifth paragraphs are deleted and replaced with the following two new36paragraphs:37

38Containment waste is defined as all paint chips and debris removed from the steel39surface and all abrasive blast media, as contained by the containment system. After all40waste from the containment system has been collected, the Contractor shall collect41representative samples of the components that field screening indicates are lead-42contaminated material. The Contractor shall collect at least one representative sample43from each container. The Contractor may choose to collect a composite sample of44each container, but the composite sample must consist of several collection points (a45minimum of 3 random samples) that are representative of the entire contents of the46container and representative of the characteristics of the type of waste in the container.47In accordance with WAC 173–303-040, a representative sample means “a sample48which can be expected to exhibit the average properties of the sample source.”49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 70

The debris shall be tested for metals using the Toxicity Characteristics Leaching1Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials2should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals3(arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant4to the Dangerous Waste (DW) Regulations Chapter 173-303-90(8)(c) WAC, “Any5waste that contains contaminants which occur at concentrations at or above the DW6threshold must be designated as DW.” All material within each individual container or7containment system that designates as DW shall be disposed of at a legally permitted8Subtitle C Hazardous Waste Landfill. All material within each individual container or9containment system that designate below the DW threshold, will be designated as10“Solid Waste” and shall be disposed of at a legally permitted Subtitle D Landfill.11Disposal shall be in accordance with WAC 173-303 for waste designated “Dangerous12Waste” and pursuant to WAC 173-350 for waste designated as “Solid Waste”.13

14The first sentence of the fifth to last paragraph is revised to read:15

16The Contractor shall submit a Type 1 Working Drawing consisting of two copies of the17transmittal documents or bill of lading listing the waste material shipped from the18construction site to the waste disposal site.19

206-07.3(10)G Treatment of Pack Rust and Gaps21In this section, “approved by the Engineer” is revised to read “accepted by the Engineer”.22

236-07.3(10)H Paint System24In the last paragraph, “approved” is revised to read “allowed”.25

266-07.3(10)I Paint Color27In the last sentence, “approved” is revised to read “allowed”.28

296-07.3(10)J Mixing and Thinning Paint30In the third paragraph, “approved” is revised to read “allowed”.31

326-07.3(10)O Applying Field Coatings33The following new paragraph is inserted before the first paragraph:34

35An on-site supervisor shall be present for each work shift at the bridge site.36

37In the sixth paragraph (after the preceding Amendment is applied), “approved” and38“approval” are revised to read “accepted” and “acceptance”, respectively.39

40In the seventh paragraph (after the preceding Amendment is applied), “approval” is revised41to read “concurrence”.42

43The second sentence of the last paragraph is revised to read:44

45Any plank removal or cutting shall be done with the concurrence of the Engineer.46

476-07.3(10)P Field Coating Repair48In the second to last sentence, “approved” is revised to read “accepted”.49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 71

The last sentence is deleted.12

6-07.3(11)A Painting of Galvanized Surfaces3In the last sentence, “approval” is revised to read “acceptance”.4

56-07.5 Payment6The following new paragraph is inserted after the paragraph following the Bid item7“Cleaning and Painting - _____”, lump sum:8

9When a weather station is specified, all costs in connection with furnishing, installing,10operating, and removing the weather station, including furnishing mounting hardware11and repeaters, accessories and wireless display console units, processing and12submitting daily weather data reports, maintenance and upkeep, shall be included in13the lump sum Contract price for “Cleaning And Painting – _____”.14

156-08.AP616Section 6-08, Waterproofing17January 3, 201718

This section and all subsections, including title, is revised to read:1920

6-08 Bituminous Surfacing on Structure Decks216-08.1 Description22This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous23Surface Treatment (BST) directly on or over a Structure. This Work also includes24performing concrete bridge deck repair, applying waterproofing membrane, and25sealing paving joints.26

276-08.2 Materials28Materials shall meet the requirements of the following sections:29

30Bituminous Surface Treatment 5-02.231Hot Mix Asphalt 5-04.232Joint Sealants 9-04.233Closed Cell Foam Backer Rod 9-04.2(3)A34Waterproofing Membrane (Deck Seal) 9-1135Bridge Deck Repair Material 9-20.536

376-08.3 Construction Requirements38

6-08.3(1) Definitions39Adjusted Removal Depth – the Bituminous Pavement removal depth40specified by the Engineer to supersede the Design Removal Depth after41review of the Contractor survey of the existing Bituminous Pavement grade42profile.43

44Bituminous Pavement – the surfacing material containing an asphalt binder.45

46Design Removal Depth – the value shown in the "pavement schedule" or47elsewhere in the Plans to indicate the design thickness of Bituminous48Pavement to be removed.49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 72

1Final Grade Profile – the compacted finished grade surface of completed2Bituminous Pavement surfacing consisting of a vertical profile and3superelevation cross-slope, developed by the Engineer for Grade Controlled4Structure Decks based on the Contractor survey.5

6Grade Controlled – a Structure Deck requiring restriction of Bituminous7Pavement work, including restriction of pavement removal methods and8restriction of overlay pavement thicknesses.9

10Structure Deck – the bridge deck (concrete or timber), bridge approach slab,11top of concrete box culvert, or other concrete surfaces over or upon which12existing Bituminous Pavement is removed and new Bituminous Pavement is13applied.14

156-08.3(2) Contractor Survey for Grade Controlled Structure Decks16Prior to removing existing Bituminous Pavement from a Grade Controlled17Structure Deck, the Contractor shall complete a survey of the existing surface18for use in establishing the existing cross section and grade profile elevations.19When removal of Bituminous Pavement is to be achieved by rotary20milling/planing, the Contractor’s survey shall also include the depths of the21existing surfacing at each survey point.22

23The Contractor is responsible for all calculations, surveying, installation of24control points, and measuring required for setting, maintaining and resetting25equipment and materials necessary for the construction of the overlay to the26Final Grade Profile.27

286-08.3(2)A Survey Requirements29The Contractor shall establish at least two primary survey control points30for controlling actual Bituminous Pavement removal depth and the Final31Grade Profile. Horizontal control shall be by station and offset which shall32be tied to either the Roadway centerline or the Structure centerline.33Vertical control may be an assumed datum established by the Contractor.34

35Primary control points shall be described by station or milepost and offset36on the baseline selected by the Contractor. The Contractor may expand37the survey control information to include secondary horizontal and vertical38control points as needed for the project.39

40Survey information collected shall include station or milepost, offset, and41elevation for each lane line and curb line. Survey information shall be42collected at even 20 foot station intervals, and along the centerline of43each bridge expansion joint. The survey shall extend 300’-0” beyond the44bridge back of pavement seat or end of Structure Deck. The survey45information shall include the top of Bituminous Pavement elevation and,46when rotary milling/planing equipment is used, the corresponding depth47of Bituminous Pavement to the Structure Deck. The Contractor shall48ensure a surveying accuracy to within ± 0.01 feet for vertical control and ±490.2 feet for horizontal control.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 73

Voids in HMA created by the Contractor’s Bituminous Pavement depth1measurements shall be filled by material conforming to Section 9-20 or2another material acceptable to the Engineer.3

46-08.3(2)B Survey Submittal5The Contractor's survey records shall include descriptions of all survey6control points including station/milepost, offset, and elevations of all7secondary control points. The Contractor shall maintain survey records of8sufficient detail to allow the survey to be reproduced. The Contractor9shall submit a Type 2 Working Drawing consisting of the compiled survey10records and information. Survey data shall be submitted as an electronic11file in Microsoft Excel format.12

136-08.3(2)C Final Grade Profile and Adjusted Removal Depth14Based on the results of the survey, the Engineer may develop a Final15Grade Profile and Adjusted Removal Depth. If they are developed, the16Final Grade Profile and Adjusted Removal Depth will be provided to the17Contractor within three working days after receiving the Contractor's18survey information. When provided, the Adjusted Removal Depth19supersedes the Design Removal Depth to become the Bituminous20Pavement removal depth for that Structure Deck.21

226-08.3(3) General Bituminous Pavement Removal Requirements23The Contractor shall remove Bituminous Pavement and associated deck24repair material from Structure Decks to the horizontal limits shown in the25Plans and to either the specified or adjusted Bituminous Pavement removal26depth as applicable.27

28Removal of Bituminous Pavement within 12-inches of existing permanent29features that limit the reach of the machine or the edge of the following items30shall be by hand or by hand operated (nominal 30-pounds class) power tools:31existing bridge expansion joint headers; steel expansion joint assemblies;32concrete butt joints between back of pavement seats and bridge approach33slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies34fastened to the side or top of the Structure Deck.35

36When removing Bituminous Pavement with a planer, Section 5-04.3(14) shall37apply. If the planer contacts the Structure Deck in excess of the specified38planing depth tolerance, or contacts steel reinforcing bars at any time, the39Contractor shall immediately cease planing operations and notify the40Engineer. Planing operations shall not resume until completion of the41appropriate adjustments to the planing machine and receiving the Engineer’s42concurrence to resume.43

446-08.3(4) Partial Depth Removal of Bituminous Pavement from Structure45Decks46The depth of surfacing removal, as measured to the bottom of the lowest47milling groove generated by the rotary milling/planing machine shall be +0.01,48-0.02-feet of the specified or Adjusted Removal Depth as applicable.49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 74

6-08.3(5) Full Depth Removal of Bituminous Pavement from Structure1Decks2

6-08.3(5)A Method of Removal3The Contractor shall perform full depth removal by a method that does4not damage or remove the Structure Deck in excess of the specified5Bituminous Pavement removal tolerance. The Contractor shall submit a6Type 2 Working Drawing consisting of the proposed methods and7equipment to be used for full depth removal.8

96-08.3(5)B Planer Requirements for Full Depth Removal10The final planed surface shall have a finished surface with a tolerance of11+0.01, -0.02 feet within the planed surface profile, as measured from a1210-foot straight edge. Multiple passes of planing to achieve smoothness13will not be allowed.14

15In addition to Section 6-08.3(3), the planing equipment shall conform to16the following additional requirements:17

181. The cutting tooth spacing on the rotary milling head shall be less19

than or equal to ¼ inch.2021

2. The rotary milling/planing machine shall have cutting teeth that22leave a uniform plane surface at all times. All teeth on the mill23head shall be kept at a maximum differential tolerance of 3⁄8-inch24between the shortest and longest tooth, as measured by a25straight edge placed the full width of the rotary milling head.26

273. Cutting tips shall be replaced when 30 percent of the total length28

of the cutting tip material remains.2930

Prior to each day’s Bituminous Pavement removal operations, the31Contractor shall confirm to the satisfaction of the Engineer that the rotary32head cutting teeth are within the specified tolerances.33

346-08.3(5)C Structure Deck Cleanup after Bituminous Pavement35Removal36Waterproofing membrane that is loose or otherwise not firmly bonded to37the Structure Deck shall be removed as an incidental component of the38Work of surfacing removal. Existing waterproofing membrane bonded to39the Structure Deck need not be removed.40

416-08.3(6) Repair of Damage due to Bituminous Pavement Removal42Operations43All concrete bridge deck, pavement seat, and steel reinforcing bar damage44due to the Contractor’s surfacing removal operations shall be repaired by the45Contractor in accordance with Section 1-07.13, and as specified below.46

47Damaged concrete in excess of the specified Bituminous Pavement removal48tolerance shall be repaired in accordance with Section 6-08.3(7), with the49bridge deck repair material placed to the level of the surrounding bridge deck50and parallel to the final grade paving profile.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 75

1Damaged steel reinforcing bar shall be repaired as follows:2

31. Damage to steel reinforcing bar resulting in a section loss less than4

20-percent of the bar with no damage to the surrounding concrete5shall be left in place and shall be repaired by removing the concrete6to a depth ¾-inches around the top steel reinforcing bar and placing7bridge deck repair material accepted by the Engineer to the level of8the bridge deck and parallel to the final grade paving profile.9

102. Damage to steel reinforcing bar resulting in a section loss of 20-11

percent or more in one location, bars partially or completely removed12from the bridge deck, or where there is a lack of bond to the13concrete, shall be repaired by removing the adjacent concrete and14splicing a new bar of the same size. Concrete shall be removed to15provide a ¾-inch minimum clearance around the bars. The splice16bars shall extend a minimum of 40 bar diameters beyond each end17of the damage.18

196-08.3(7) Concrete Deck Repair20This Work consists of repairing the concrete deck after Bituminous Pavement21has been removed.22

236-08.3(7)A Concrete Deck Preparation24The Contractor, with the Engineer, shall inspect the exposed concrete25deck to establish the extent of bridge deck repair in accordance with26Section 6-09.3(6), except item 4 in Section 6-09.3(6) does not apply.27Areas of Structure Deck left with existing well bonded waterproof28membrane after full depth Bituminous Pavement removal are exempt29from this inspection requirement.30

31All loose and unsound concrete within the repair area shall be removed32with jackhammers or chipping hammers no more forceful than the33nominal 30 pounds class, or other mechanical means acceptable to the34Engineer, and operated at angles less than 45 degrees as measured35from the surface of the deck to the tool. If unsound concrete exists around36the existing steel reinforcing bars, or if the bond between concrete and37steel reinforcing bar is broken, the Contractor shall remove the concrete38to provide a ¾ inch minimum clearance to the bar. The Contractor shall39take care to prevent damage to the existing steel reinforcing bars and40concrete to remain.41

42After removing sufficient concrete to establish the limits of the repair area,43the Contractor shall make ¾ inch deep vertical saw cuts and maintain44square edges at the boundaries of the repair area. The exposed steel45reinforcing bars and concrete in the repair area shall be abrasive blasted46and blown clean just prior to placing the bridge deck repair material.47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 76

6-08.3(7)B Ultra-Low Viscosity, Two-Part Liquid, Polyurethane-1Hybrid Polymer Concrete2The ultra-low viscosity, two-part liquid, polyurethane-hybrid polymer3concrete shall be mixed in accordance with the manufacturer’s4recommendations.5

6Aggregate shall conform to the gradation limit requirements7recommended by the manufacturer. The aggregate and the ultra-low8viscosity, two-part liquid, polyurethane-hybrid polymer concrete shall be9applied to the repair areas in accordance with the sequence and10procedure recommended by the manufacturer.11

12All repairs shall be float finished flush with the surrounding surface within13a tolerance of 1⁄8 inch of a straight edge placed across the full width and14breadth of the repair area.15

166-08.3(7)C Pre-Packaged Cement Based Repair Mortar17The Contractor shall mix the pre-packaged cement based repair mortar18using equipment, materials and proportions, batch sizes, and process as19recommended by the manufacturer.20

21All repairs shall be float finished flush with the surrounding surface within22a tolerance of 1⁄8 inch of a straight edge placed across the full width and23breadth of the repair area.24

256-08.3(7)D Cure26All bridge deck repair areas shall be cured in accordance with the27manufacturer's recommendations and attain a minimum compressive28strength of 2,500 psi before allowing vehicular and foot traffic on the29repair and placing waterproofing membrane on the bridge deck over the30repair.31

326-08.3(8) Waterproof Membrane for Structure Decks33This work consists of furnishing and placing a waterproof sheet membrane34system over a prepared Structure Deck prior to placing an HMA overlay. The35waterproof membrane system shall consist of a sheet membrane adhered to36the Structure Deck with a primer.37

38The Contractor shall comply with all membrane manufacturer’s installation39recommendations.40

416-08.3(8)A Structure Deck Preparation42The Structure Deck and ambient air temperatures shall be above 50°F43and the Structure Deck shall be surface-dry at the time of the application44of the primer and membrane.45

46All areas of a Structure Deck that have fresh cast bridge deck concrete47less than 28 days old (not including bridge deck repair concrete placed in48accordance with Section 6-08.3(7)) shall cure for a period of time49recommended by the membrane manufacturer, or as specified by the50Engineer, before application of the membrane.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 77

1The entire Structure Deck and the sides of the curb and expansion joint2headers to the height of the HMA overlay shall be free of all foreign3material such as dirt, grease, etc. Prior to applying the primer or sheet4membrane, all dust and loose material shall be removed from the5Structure Deck with compressed air. All surface defects such as spalled6areas, cracks, protrusions, holes, sharp edges, ridges, etc., and other7surface imperfections greater than ¼ inch in width shall be corrected prior8to application of the membrane.9

106-08.3(8)B Applying Primer11The primer shall be applied to the cleaned deck surfaces at the rate12according to the procedure recommended by the membrane13manufacturer. All surfaces to be covered by the membrane shall be14thoroughly and uniformly coated with primer. Structure Deck areas left15with existing well bonded waterproof membrane after bituminous16surfacing removal shall receive an application of primer in accordance17with the membrane manufacturer’s recommendations. Precautionary18measures shall be taken to ensure that pools and thick layers of primer19are not left on the deck surface. The membrane shall not be applied until20the primer has cured or volatile material has substantially dissipated, in21accordance with the membrane manufacturer’s recommendations.22

23The primer and waterproof membrane shall extend from the bridge deck24up onto the curb face and expansion joint header face the thickness of25the HMA overlay. The membrane shall adhere to the vertical surface.26

276-08.3(8)C Placing Waterproof Membrane28Membrane application shall begin at the low point on the deck, and29continue in a lapped shingle pattern. The overlap shall be a minimum of30six inches or greater if recommended by the membrane manufacturer.31Membrane seams shall be sealed as recommended by the membrane32manufacturer. Hand rollers or similar tools shall be used on the applied33membrane to assure firm and uniform contact with the primed Structure34surfaces.35

36The fabric shall be neatly cut and contoured at all expansion joints and37drains. The cuts at bridge drains shall be two right angle cuts made to the38inside diameter of the bridge deck drain outlet, after which the corners of39the waterproof membrane shall be turned down into the drains and laid in40a coating of primer.41

426-08.3(8)D Membrane Repair and Protection43The waterproof membrane will be visually inspected by the Engineer for44uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other45defects. All such deficiencies shall be repaired in accordance with the46membrane manufacturer’s recommendations prior to placement of the47HMA overlay.48

49The membrane material shall be protected from damage due to the50paving operations in accordance with the membrane manufacturer’s51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 78

recommendations. No traffic or equipment except that required for the1actual waterproofing and paving operations will be permitted to travel or2rest on the membrane until it is covered by the HMA overlay. The use of3windrows is not allowed for laydown of HMA on a membrane.4

5Where waterproofing membrane is placed in stages or applied at different6times, a strip of temporary paper shall be used to protect the membrane7overlap from the HMA hand removal methods.8

96-08.3(9) Placing Bituminous Pavement on Structure Decks10HMA overlay shall be applied on Grade Controlled Structure Decks using11reference lines for vertical control in accordance with Section 5-04.3(3)C.12

13The compacted elevation of the HMA overlay on Structure Decks shall be14within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as15applicable. Deviations from the final grade paving profile in excess of the16specified tolerance and areas of non-conforming surface smoothness shall be17corrected in accordance with Section 5-04.3(13).18

19Final grade Roadway transitions to a Structure Deck with Bituminous20Pavement shall not exceed a 0.20 percent change in grade in accordance21with the bridge deck transition for HMA overlay Standard Plan, unless shown22otherwise in the Plans.23

24Final grade compacted HMA elevations shall be higher than an adjacent25concrete edge by ¼ inch ± 1⁄8 inch at all expansion joint headers and concrete26butt joints as shown in the concrete to asphalt butt joint details of the bridge27paving joint seals Standard Plan. This also applies to steel edges within the28limits of the overlay such as bridge drain frames and steel joint riser bars at29bridge expansion joints.30

316-08.3(9)A Protection of Structure Attachments and Embedments32The Contractor is responsible for protecting all Structure attachments and33embedments from the application of BST and HMA.34

35Drainage inlets that are to remain open, and expansion joints, shall be36cleaned out immediately after paving is completed. Materials passing37through expansion joints shall be removed from the bridge within 1038working days.39

40All costs incurred by the Contractor in protective measures and clean up41shall be included in the unit Contract prices for the associated Bid items42of Work.43

446-08.3(10) HMA Compaction on Structure Decks45Compaction of HMA on Structure Decks shall be in accordance with Section465-04.3(10).47

48Work rejected in accordance with Section 5-04.3(11) shall include the49materials, work, and incidentals to repair an existing waterproof membrane50damaged by the removal of the rejected work.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 79

16-08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal2Bridge paving joint seals shall be installed in accordance with Section 5-304.3(12)B and the details shown in the Plans and Standard Plans.4

5When concrete joints are exposed after removal of Bituminous Pavement, the6joints shall be cleaned and sealed in accordance with Section 5-01.3(8) and7the paved panel joint seal details of the bridge paving joint seals Standard8Plan, including placement of the closed cell backer rod at the base of the9cleaned joint. If waterproofing membrane is required, the membrane shall be10slack or folded at the concrete joint to allow for Structure movements without11stress to the membrane. After placement of the HMA overlay, the second12phase of the paved panel joint seal shall be completed by sawing the HMA13and sealing the sawn joint in accordance with Section 5-04.3(12)B2.14

156-08.4 Measurement16Removing existing Bituminous Pavement from Structure Decks will be measured17by the square yard of Structure Deck surface area with removed overlay.18

19Bridge deck repair will be measured by the square foot surface area of deck20concrete removed with the measurement taken at the plane of the top mat of steel21reinforcing bars.22

23Waterproof membrane will be measured by the square yard surface area of24Structure Deck and curb and header surface area covered by membrane.25

266-08.5 Payment27Payment will be made for each of the following Bid items when they are included in28the Proposal:29

30“Structure Surveying”, lump sum.31

32“Removing Existing Overlay From Bridge Deck___”, per square yard.33The unit Contract price per square yard for "Removing Existing Overlay From34Bridge Deck___”, shall be full pay for performing the Work as specified for full35removal of Bituminous Pavement on Structure Decks, including the removal of36existing waterproof membrane and disposing of materials.37

38“Bridge Deck Repair Br. No.___”, per square foot.39The unit Contract price per square foot for "Bridge Deck Repair Br. No.___"40shall be full pay for performing the Work as specified, including removing and41disposing of the concrete within the repair area and furnishing, placing,42finishing, and curing the repair concrete.43

44“Waterproof Membrane Br. No.___”, per square yard.45The unit Contract price per square yard for "Waterproof Membrane Br.46No.___" shall be full pay for performing the Work as specified, including47repairing any damaged or defective waterproofing membrane and repair of48damaged HMA overlay.49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 80

6-09.AP61Section 6-09, Modified Concrete Overlays2April 4, 20163

6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified4Concrete Overlays5The first sentence of the first paragraph is revised to read the following two new sentences:6

7The Engineer will perform slump, temperature, and entrained air tests for acceptance in8accordance with Section 6-02.3(5)D and as specified in this Section after the9Contractor has turned over the concrete for acceptance testing. Concrete samples for10testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E.11

12The last paragraph is deleted.13

146-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays15The first two paragraphs are deleted and replaced with the following:16

17The Engineer will perform slump, temperature, and entrained air tests for acceptance in18accordance with Section 6-02.3(5)D and as specified in this Section after the19Contractor has turned over the concrete for acceptance testing. The Engineer will20perform testing as the concrete is being placed. Samples shall be taken on the first21charge through each mobile mixer and every other charge thereafter. The sample shall22be taken after the first 2 minutes of continuous mixer operation. Concrete samples for23testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E.24

25The second to last sentence of the last paragraph is revised to read:26

27Recommendations made by the technical representative on or off the jobsite shall be28adhered to by the Contractor.29

306-10.AP631Section 6-10, Concrete Barrier32August 7, 201733

6-10.3(5) Temporary Concrete Barrier34This section title is revised to read:35

36Temporary Barrier37

38The first paragraph is revised to read:39

40For temporary barrier, the Contractor may use precast concrete barrier or temporary41steel barrier. Temporary concrete barrier shall comply with Standard Plan42requirements and cross-sectional dimensions, except that: (1) it may be made in other43lengths than those shown in the Standard Plan, and (2) it may have permanent lifting44holes no larger than 4 inches in diameter or lifting loops. Temporary steel barrier shall45be certified that it meets the requirements of NCHRP 350 or MASH Test Level 3 or 446and shall be installed in accordance with the manufacturer’s recommendations.47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 81

6-10.4 Measurement1The first sentence of the second paragraph is revised to read:2

3Temporary barrier will be measured by the linear foot along the completed line and4slope of the barrier, one time only for each setup of barrier protected area.5

66-10.5 Payment7The Bid item “Temporary Conc. Barrier”, per linear foot, and the paragraph following this Bid8item, is revised to read:9

10“Temporary Barrier”, per linear foot.11

12The unit Contract price per linear foot for “Temporary Barrier” shall be full pay for all13costs, including furnishing, installing, connecting, anchoring, maintaining, temporary14storage, and final removal of the temporary barrier.15

166-12.AP617Section 6-12, Noise Barrier Walls18January 3, 201719

6-12.3(9) Access Doors and Concrete Landing Pads20The first sentence of the last paragraph is revised to read:21

22The Contractor shall construct concrete landing pads for each access door location as23shown in the Plans.24

256-12.5 Payment26In the paragraph following the bid item “Noise Barrier Wall Access Door”, per each,27“concrete landing pad” is revised to read “concrete landing pads”.28

296-14.AP630Section 6-14, Geosynthetic Retaining Walls31January 3, 201732

6-14.3(2) Submittals33The first sentence of the first paragraph is revised to read:34

35The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for36each wall.37

386-14.5 Payment39The bid item “Concrete Fascia Panel”, per square foot, and the paragraph following this bid40item are revised to read:41

42“Concrete Fascia Panel For Geosynthetic Wall”, per square foot.43

44All costs in connection with constructing the concrete fascia panels as specified shall45be included in the unit Contract price per square foot for “Concrete Fascia Panel For46Geosynthetic Wall”, including all steel reinforcing bars, premolded joint filler,47polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 82

surface finish, and pigmented sealer (when specified), constructing and placing the1concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill.2

36-19.AP64Section 6-19, Shafts5January 3, 20176

6-19.3 Construction Requirements7This section is supplemented with the following new subsection:8

96-19.3(10) Engineer’s Final Acceptance of Shafts10The Engineer will determine final acceptance of each shaft, based on the11nondestructive QA test results and analysis for the tested shafts, and will provide a12response to the Contractor within 3 working days after receiving the test results and13analysis submittal.14

156-19.3(1)B Nondestructive Testing of Shafts16This section’s content is deleted and replaced with the following new subsections:17

186-19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts19Unless otherwise specified in the Special Provisions, the Contractor shall perform20nondestructive QA testing of shafts, except for those constructed completely in the dry.21Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal22integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used.23

246-19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts25The Contracting Agency may perform QV nondestructive testing of shafts that have26been QA tested by the Contractor. The Contracting Agency may test up to ten percent27of the shafts. The Engineer will identify the shafts selected for QV testing and the28testing method the Contracting Agency will use.29

30The Contractor shall accommodate the Contracting Agency’s nondestructive testing.31

326-19.3(2) Shaft Construction Submittal33This section is revised to read:34

35The shaft construction submittal shall be comprised of the following four components:36construction experience; shaft installation narrative; shaft slurry technical assistance;37and nondestructive QA testing personnel. The submittals shall be Type 2 Working38Drawings, except the shaft slurry technical assistance and nondestructive QA testing39personnel submittals shall be Type 1.40

41This section is supplemented with the following new subsection:42

436-19.3(2)D Nondestructive QA Testing Organization and Personnel44The Contractor shall submit the names of the testing organizations, and the names of45the personnel who will conduct nondestructive QA testing of shafts. The submittal shall46include documentation that the qualifications specified below are satisfied. For TIP47testing, the testing organization is the group that performs the data analysis and48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 83

produces the final report. The testing organizations and the testing personnel shall1meet the following minimum qualifications:2

31. The testing organization shall have performed nondestructive tests on a4

minimum of three deep foundation projects in the last two years.56

2. Personnel conducting the tests for the testing organization shall have a7minimum of one year experience in nondestructive testing and interpretation.8

93. The experience requirements for the organization and personnel shall be10

consistent with the testing methods the Contractor has selected for11nondestructive testing of shafts.12

134. Personnel preparing test reports shall be a Professional Engineers, licensed14

under Title 18 RCW, State of Washington, and in accordance with WAC 196-1523-020.16

176-19.3(3) Shaft Excavation18The second paragraph is revised to read:19

20Shaft excavation shall not be started until the Contractor has received the Engineer’s21acceptance for the reinforcing steel centralizers required when the casing is to be22pulled during concrete placement.23

24This section is supplemented with the following:25

26Except as otherwise noted, the Contractor shall not commence subsequent shaft27excavations until receiving the Engineer’s acceptance of the first shaft, based on the28results and analysis of the nondestructive testing for the first shaft. The Contractor may29commence subsequent shaft excavations prior to receiving the Engineer’s acceptance30of the first shaft, provided the following condition is satisfied:31

32The Engineer permits continuing with shaft construction based on the Engineer’s33observations of the construction of the first shaft, including, but not limited to,34conformance to the shaft installation narrative in accordance with Section 6-3519.3(2)B, and the Engineer’s review of Contractor’s daily reports and Inspector’s36daily logs concerning excavation, steel reinforcing bar placement, and concrete37placement.38

396-19.3(5)B Steel Reinforcing Bar Cage Centralizers40This section is supplemented with the following new sentence:41

42The Contractor shall furnish and install additional centralizers as required to maintain43the specified concrete cover throughout the length of the shaft.44

456-19.3(5)C Concrete Cover Over Steel Reinforcing Bars46In the table, the second column (including heading) is revised to read:47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 84

Minimum Concrete Cover, andConcrete Cover Tolerance, Except at

Permanent Slip Casing (Inches)3, -1½4, -24, -26, -3

1The following new paragraph is inserted after the table:2

3The concrete cover tolerances specified above apply to the concrete cover specified in4the Plans, even if it exceeds the minimum concrete cover.5

66-19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing7This section title is revised to read:8

96-19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing10

11This section is supplemented with the following three new subsections:12

136-19.3(6)D Shafts Requiring Thermal Wire14The Contractor shall furnish and install thermal wire in all shafts receiving the thermal15wire method of TIP testing, except as otherwise noted in Section 6-19.3(1)B1.16

176-19.3(6)E Thermal Wire and Thermal Access Points (TAPs)18The thermal wire and associated couplers shall be obtained from the source specified19in the Special Provisions.20

21The Contractor shall securely attach the thermal wire to the interior of the22reinforcement cage of the shaft in conformance with the supplier’s instructions. At a23minimum, one thermal wire shall be furnished and installed for each foot of shaft24diameter, rounded to the nearest whole number, as shown in the Plans. The number of25thermal wires for shaft diameters specified as "X feet 6 inches" shall be rounded up to26the next higher whole number. The thermal wires shall be placed around the shaft,27inside the spiral or hoop reinforcement, and tied to the vertical reinforcement with28plastic "zip" ties at a maximum spacing of 2-feet. Steel tie wire shall not be used.29

30The thermal wire shall be installed in straight alignment and taut, but with enough slack31to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel32to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend33from the bottom of the reinforcement cage to the top of the shaft, with 15-feet of slack34wire provided above the top of shaft. Care shall be taken to prevent damaging the35thermal wires during reinforcement cage installation and concrete placement36operations in the shaft excavation.37

38After completing shaft reinforcement cage fabrication at the site and prior to installation39of the cage into the shaft excavation, the Contractor shall install and connect thermal40access points (TAPs) to the thermal wires. The TAPs shall record data for at least one41hour after the cage is placed in the excavation to measure the slurry temperature and42enable the steel and slurry temperatures to equilibrate prior to placing concrete in the43

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 85

shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain1active for a minimum of 36 hours.2

3Prior to beginning concrete placement the TAPs shall be checked to ensure they are4recording data and that the wires have not been damaged. If a TAP unit is not5functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a6TAP unit fails or a wire breaks after concrete placement has started, the Contractor7shall not stop the concrete placement operation to repair the wire.8

96-19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method10The Contractor may use access tubes for TIP testing under the thermal probe method.11Access tubes shall be cared for in accordance with Section 6-19.3(6)C. Prior to TIP12testing under the thermal probe method, the water in each tube shall be removed,13collected, and stored in an insulated container. The access tube shall be blown dry and14swabbed to remove residual water. After TIP testing, the collected and stored tube15water shall be introduced back into the access tube. New potable water may be used,16provided the water temperature is not more than 10°F cooler than the average concrete17temperature measured by the probe.18

196-19.3(6)A Shafts Requiring CSL Access Tubes20This section, including title, is revised to read:21

226-19.3(6)A Shafts Requiring Access Tubes23The Contractor shall furnish and install access tubes in all shafts receiving CSL testing24or the thermal probe method of TIP testing, except as otherwise noted in Section 6-2519.3(1)B1.26

276-19.3(6)B Orientation and Assembly of the CSL Access Tubes28This section’s title is revised to read:29

306-19.3(6)B Orientation and Assembly of the Access Tubes31

326-19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing33This section’s title is revised to read:34

356-19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA36Testing37

38The second sentence is revised to read:39

40The Contractor shall keep all of a shaft’s access tubes full of water through the41completion of nondestructive QA testing of that shaft.42

436-19.3(7)A Concrete Class for Shaft Concrete44This section is revised to read:45

46Shaft concrete shall be Class 5000P conforming to Section 6-02.47

486-19.3(7)B Concrete Placement Requirements49The last sentence of the last paragraph is revised to read:50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 86

1The Section 6-02.3(6) restriction for 5 feet maximum free fall shall not apply to2placement of concrete into a shaft.3

46-19.3(7)I Requirements for Placing Concrete Above the Top of Shaft5This section is revised to read:6

7Concrete shall not be placed above the top of shaft (for column splice zones, columns,8footings, or shaft caps) until the Contractor receives the Engineer’s acceptance of9nondestructive QA testing, if performed at that shaft, and acceptance of the shaft.10

116-19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL)12Testing)13This section, including title, is revised to read:14

156-19.3(9) Nondestructive QA Testing of Shafts16The Contractor shall provide nondestructive QA testing and analysis on all shafts with17access tubes or thermal wires and TAPs facilitating the testing (See Section 6-1819.3(1)B). The testing and analysis shall be performed by the testing organizations19identified by the Contractor’s submittal in accordance with Section 6-19.3(2)D.20

21The Engineer may direct that additional testing be performed at a shaft if anomalies or22a soft bottom are detected by the Contractor’s testing. If additional testing at a shaft23confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs24resulting from the additional testing shall be borne by the Contractor in accordance with25Section 1-05.6. If the additional testing indicates that the shaft has no defect, the26testing costs and the delay costs resulting from the additional testing will be paid by the27Contracting Agency in accordance with Section 1-05.6, and, if the shaft construction is28on the critical path of the Contractor’s schedule, a time extension equal to the delay29created by the additional testing will be granted in accordance with Section 1-08.8.30

316-19.3(9)A Schedule of CSL Testing32This section, including title, is revised to read:33

346-19.3(9)A TIP Testing Using Thermal Probes or CSL Testing35If selected as the nondestructive QA testing method by the Contractor, TIP testing36using thermal probes, or CSL testing shall be performed after the shaft concrete has37cured at least 96 hours. Additional curing time prior to testing may be required if the38shaft concrete contains admixtures, such as set retarding admixture or water-reducing39admixture, added in accordance with Section 6-02.3(3). The additional curing time prior40to testing required under these circumstances shall not be grounds for additional41compensation or extension of time to the Contractor in accordance with Section 1-08.8.42

436-19.3(9)B Inspection of CSL Access Tubes44This section’s title is revised to read:45

466-19.3(9)B Inspection of Access Tubes47

486-19.3(9)C Engineer’s Final Acceptance of Shafts49This section, including title, is revised to read:50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 87

16-19.3(9)C TIP Testing With Thermal Wires and TAPs2If selected as the nondestructive QA testing method by the Contractor, TIP testing with3thermal wires and TAPs (See Section 6-19.3(6)E) shall be performed. The TIP testing4shall commence at the beginning of the concrete placement operation, recording5temperature readings at 15-minute intervals until the peak temperature is captured in6the data. Additional curing time may be required if the shaft concrete contains7admixtures, such as set retarding admixture or water-reducing admixture, added in8accordance with Section 6-02.3(3). The additional curing time required under these9circumstances shall not be grounds for additional compensation or extension of time to10the Contractor in accordance with Section 1-08.8.11

12TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been13installed for thermal wire analysis (Section 6-19.3(6)A).14

156-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of16First Shaft17This section, including title, is revised to read:18

196-19.3(9)D Nondestructive QA Testing Results Submittal20The Contractor shall submit the results and analysis of the nondestructive QA testing21for each shaft tested. The Contractor shall submit the test results within three working22days of testing. Results shall be a Type 1 Working Drawing presented in a written23report.24

25TIP reports shall include:26

271. A map or plot of the wire/tube location within the shaft and their position28

relative to a known and identifiable location, such as North.2930

2. Graphical displays of temperature measurements versus depth of each wire31or tube for the analysis time selected, overall average temperature with depth,32shaft radius or diameter with depth, concrete cover versus cage position with33depth, and effective radius.34

353. The report shall identify unusual temperatures, particularly significantly cooler36

local deviations from the overall average.3738

4. The report shall identify the location and extent where satisfactory or39questionable concrete is identified.40

41a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria42

Met4344

b. Questionable (Q) - Effective Local Radius Reduction > 6%, Effective45Local Average Diameter Reduction > 4%, or Cover Criteria Not Met46

475. Variations in temperature between wire/tubes (at each depth) which in turn48

correspond to variations in cage alignment.4950

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 88

6. Where shaft specific construction information is available (e.g. elevations of1the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be2noted on all pertinent graphical displays.3

4CSL reports shall include:5

61. A map or plot of the tube location within the shaft and their position relative to7

a known and identifiable location, such as North.89

2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time10versus depth or velocity versus depth.11

123. The report shall identify the location and extent where good, questionable,13

and poor concrete is identified, where no signal was received, or where water14is present.15

16a. Good (G) - No signal distortion and decrease in signal velocity of 10% or17

less is indicative of good quality concrete.1819

b. Questionable (Q) - Minor signal distortion and a lower signal amplitude20with a decrease in signal velocity between 10% and 20%.21

22c. Poor (P) - Severe signal distortion and much lower signal amplitude with23

a decrease in signal velocity of 20% or more.2425

d. No Signal (NS) - No signal was received.2627

e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,00028fps.29

30All QA test reports will provide a recommendation to accept the shaft as-is,31recommendation for further review by the Engineer, or will provide a plan for further32testing, investigation or repair to address any deficiencies identified by the testing.33

346-19.3(9)E Additional CSL Testing35This section, including title, is revised to read:36

376-19.3(9)E Vacant38

396-19.3(9)I Requirements for CSL Access Tubes and Cored Holes After CSL40Testing41This section’s title is revised to read:42

436-19.3(9)I Requirements for Access Tubes and Cored Holes After CSL Testing44

456-19.4 Measurement46This section is revised to read:47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 89

Constructing shafts will be measured by the linear foot. The linear foot measurement1will be calculated using the top of shaft elevation and the bottom of shaft elevation for2each shaft as shown in the Plans.3

4Rock excavation for shaft, including haul, will be measured by the linear foot of shaft5excavated. The linear feet measurement will be computed using the top of the rock6line, defined as the highest bedrock point within the shaft diameter, and the bottom7elevation shown in the Plans.8

9QA shaft test will be measured once per shaft tested.10

116-19.5 Payment12This section is revised to read:13

14Payment will be made for the following Bid items when they are included in the15Proposal:16

17“Constructing___Diam. Shaft”, per linear foot.18The unit Contract price per linear foot for “Constructing___Diam. Shaft” shall be19full pay for performing the Work as specified, including:20

211. Soil excavation for shaft, including all costs in connection with furnishing,22

mixing, placing, maintaining, containing, collecting, and disposing of all23mineral, synthetic and water slurry, and disposing of groundwater24collected by the excavated shaft.25

262. Furnishing and placing temporary shaft casing, including temporary27

casing in addition to the required casing specified in the Special28Provisions, and including all costs in connection with completely29removing the casing after completing shaft construction.30

313. Furnishing permanent casing for shaft.32

334. Placing permanent casing for shaft.34

355. Casing shoring, including all costs in connection with furnishing and36

installing casing shoring above the specified upper limit for casing shoring37but necessary to provide for sufficient water head pressure to resist38artesian water pressure present in the shaft excavation, removing casing39shoring, and placing seals when required.40

416. Furnishing and placing steel reinforcing bar and epoxy-coated steel42

reinforcing bar, including furnishing and installing steel reinforcing bar43centralizers.44

457. Installation of CSL tubes or thermal wires.46

478. Furnishing, placing and curing concrete to the top of shaft or to the48

construction joint at the base of the shaft-column splice zone as49applicable.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 90

Payment for “Constructing___Diam. Shaft” will be made upon Engineer1acceptance of the shaft, including completion of satisfactory QA shaft tests as2applicable.3

4“Rock Excavation For Shaft Including Haul”, per linear foot.5When rock excavation is encountered, payment for rock excavation is in addition6to the unit Contract price per linear foot for “Constructing___Diam. Shaft”7

8“Shoring Or Extra Excavation Cl. A - ___”, lump sum.9The lump sum Contract price for “Shoring Or Extra Excavation Cl. A - ___” shall be10full pay for performing the Work as specified, including all costs in connection with11all excavation outside the limits specified for soil and rock excavation for shaft12including haul, all temporary telescoping casings, and all temporary casings13beyond the limits of required temporary casing specified in the Special Provisions.14

15 “QA Shaft Test”, per each.16The unit Contract price per each for “QA Shaft Test” shall be full pay for performing17the Work as specified, including operating all associated accessories necessary to18record and process data and develop the summary QA test reports. Section 1-04.619does not apply to this bid item.20

21“Removing Shaft Obstructions”, estimated.22Payment for removing, breaking-up, or pushing aside shaft obstructions, as23defined in Section 6-19.3(3)E, will be made for the changes in shaft construction24methods necessary to deal with the obstruction. The Contractor and the Engineer25shall evaluate the effort made and reach agreement on the equipment and26employees utilized, and the number of hours involved for each. Once these cost27items and their duration have been agreed upon, the payment amount will be28determined using the rate and markup methods specified in Section 1-09.6. For29the purpose of providing a common proposal for all Bidders, the Contracting30Agency has entered an amount for the item “Removing Shaft Obstructions” in the31Bid Proposal to become a part of the total Bid by the Contractor.32

33If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the34obstruction removal work, the Contractor will be compensated for the costs to35repair this equipment in accordance with Section 1-09.6.36

37If shaft construction equipment is idled as a result of the Work required to deal with38the obstruction and cannot be reasonably reassigned within the project, then39standby payment for the idled equipment will be added to the payment40calculations. If labor is idled as a result of the Work required to deal with the41obstruction and cannot be reasonably reassigned within the project, then all labor42costs resulting from Contractor labor agreements and established Contractor43policies will be added to the payment calculations.44

45The Contractor shall perform the amount of obstruction Work estimated by the46Contracting Agency within the original time of the Contract. The Engineer will47consider a time adjustment and additional compensation for costs related to the48extended duration of the shaft construction operations, provided:49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 91

1. The dollar amount estimated by the Contracting Agency has been1exceeded, and2

32. The Contractor shows that the obstruction removal Work represents a4

delay to the completion of the project based on the current progress5schedule provided in accordance with Section 1-08.3.6

78

7-02.AP79Section 7-02, Culverts10January 3, 201711

7-02.2 Materials12The following three new items are inserted after the item “Aggregate for Portland Cement13Concrete:14

15Gravel Backfill for Pipe Zone Bedding 9-03.12(3)16Butyl Rubber Sealant 9-04.1117External Sealing Band 9-04.1218

19The last paragraph is deleted.20

217-02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split22Box Culverts23This section is supplemented with the following new paragraph:24

25When the Plans include a complete set of design details for a Structure (defining panel26shapes and dimensions, concrete strength requirements, and steel reinforcing bar,27joint, and connection details), the design and load rating preparation and calculation28submittal requirements of Sections 7-02.3(6)A1 and 7-02.3(6)A2 do not apply for the29components shown in the Plans, but all other requirements of this Section remain in30effect. The Contractor may propose alternate concrete culvert designs,31accommodating the same rise, span, and length as shown in the Plans, to replace the32Structure details shown in the Plans. If an alternate concrete culvert design is33proposed, all of the requirements of this Section, including design and load rating34preparation and calculation submittal, apply.35

367-02.3(6)A General37This section is supplemented with the following two new paragraphs:38

39Tolerances for PRCTSS shall be as follows:40

411. Internal Dimensions – The internal dimension shall not vary more than 142

percent or 2 inches, whichever is less, from the Plan dimensions. The haunch43dimensions shall not vary more than 3⁄4 inch from the Plan dimensions.44

452. Slab and Wall Thickness – The slab and wall thickness shall not be less than46

that shown in the Plans by more than 5 percent or ½ inch, whichever is47greater. A thickness more than that required in the Plans will not be a cause48for rejection if proper joining is not affected.49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 92

13. Length of Opposite Surfaces – Variations in lengths of two opposite surfaces2

of the three-sided section shall not be more than 3⁄4 inch unless beveled3sections are being used to accommodate a curve in the alignment.4

54. Reinforcing steel placement shall meet the tolerances specified in Section 6-6

02.3(24)C.78

Tolerances for PRCBC and PRCSBC shall be as follows:910

1. Internal Dimensions – The internal dimensions shall not vary more than 111percent from the Plan dimensions. If haunches are used, the haunch12dimensions shall not vary more than ¼ inch from the Plan dimensions.13

142. Slab and Wall Thickness – The slab and wall thickness shall not be less than15

that shown in the Plans by more than 5 percent or 3⁄16 inch, whichever is16greater. A thickness more than that required in the Plans will not be a cause17for rejection.18

193. Length of Opposite Box Segments – Variations in lengths of two opposite20

surfaces of the box segments shall not be more than 1⁄8 inch per foot of21internal span, with a maximum of 5⁄8 inch for all sizes through 7 feet internal22span, and a maximum of ¾ inch for internal spans greater than 7 feet, except23where beveled sections are being used to accommodate a curve in the24alignment.25

264. Length of Box Segments – The underrun in length of a segment shall not be27

more than 1⁄8 inch per foot of length with a maximum of 1⁄2 inch in any box28segment.29

305. Length of Legs and Slabs – The variation in length of the legs shall not be31

more than 1⁄8 inch per foot of the rise of the leg per leg with a maximum of 5⁄832inches. The differential length between opposing legs of the same segment33shall not be more than 1⁄2 inch. Length of independent top slab spans shall not34vary by more than 1⁄8 inch per foot of span of the top slab, with a maximum of355⁄8 inches.36

376. Reinforcing steel placement shall meet the tolerances specified in Section 6-38

02.3(24)C.3940

This section is supplemented with the following new subsection:4142

7-02.3(6)A5 Wingwalls and Retaining Walls43Wingwalls and retaining walls (including cutoff walls and headwalls) shall be44constructed in accordance with the Contractor’s design and Working Drawing submittal45or when the Plans include a complete set of design details for a wall (defining panel46shapes and dimensions, concrete strength requirements, and steel reinforcing bar,47joint, and connection details),the details shown in the Plans.48

49Precast concrete construction shall conform to Sections 6-02.3(28) and 6-11.3(3).50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 93

Culvert bedding material shall be furnished, placed, and compacted in accordance with1Section 7-02.3(6)A4.2

37-02.3(6)A1 Design Criteria4The first sentence of the last paragraph is revised to read:5

6Whenever the minimum finished backfill or surfacing depth above the top of the7Structure is less than 1’-0” (except when the top of the Structure is directly exposed to8vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy-coated9with 2" minimum concrete cover from the face of concrete to the face of the top mat of10steel reinforcing bars, or the minimum concrete cover shall be 2½".11

12The last sentence of the last paragraph is revised to read:13

14Concrete cover from the face of any concrete surface to the face of any steel15reinforcement shall be 1-inch minimum end clearance at all joints, and 2-inches16minimum at all other locations.17

187-02.3(6)A2 Submittals19The first paragraph is revised to read:20

21The Contractor shall submit shop drawings of the precast Structures. Fabrication shop22drawings replicating complete design details when shown in the Plans shall be Type 223Working Drawings. Submittals completing the design based on the schematic24geometric requirements shown in the Plans, or proposing a Contractor designed25alternative concrete culvert Structure shall be Type 2E Working Drawings with26supporting design calculations.27

28The last paragraph is revised to read:29

30For precast Structures with a span length greater than 20-feet (as defined in Section 7-3102.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure32span length, a Type 2E Working Drawing shall be submitted consisting of a load rating33report prepared in accordance with the AASHTO Manual for Bridge Evaluation and34WSDOT Bridge Design Manual LRFD M 23-50 Chapter 13. Soil pressures used shall35include effects from the backfill material and compaction methods, and shall be in36accordance with the WSDOT Geotechnical Design Manual M 46-03 and the37geotechnical report prepared for the project.38

397-02.3(6)A3 Casting40This section is revised to read:41

42Concrete shall conform to Section 6-02.3(28)B, with a 28-day compressive strength as43specified in the Plans or the Working Drawings submittal.44

457-02.3(6)A4 Excavation and Bedding Preparation46The last paragraph is revised to read:47

48The upper layer of bedding course shall be a 6-inch minimum thickness layer of culvert49bedding material, defined as granular material either conforming to Section 9-03.12(3)50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 94

or to AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. The plan limits of1the culvert bedding material shall extend 1-foot beyond the plan limits of the culvert or2the Structure footing as applicable. The culvert bedding material shall be compacted in3accordance with the Section 2-09.3(1)E requirements for gravel backfill for drains.4After compaction, the culvert bedding material shall be screeded transversely to the5specified line and grade. Voids in the screeded culvert bedding material shall be filled6and then rescreeded prior to erecting the precast Structure.7

87-02.3(6)B3 Erection9The last paragraph is revised to read:10

11Adjacent precast sections shall be connected by welding the weld-tie anchors in12accordance with Section 6-03.3(25). Welding ground shall be attached directly to the13steel plates being welded when welding the weld-ties. The weld-tie anchor spacing14shall not exceed 6’-0”. After connecting the weld-tie anchors, the Contractor shall paint15the exposed metal surfaces with one coat of field primer conforming to Section 9-1608.1(2)F. Keyways shall be filled with grout conforming to Section 9-20.3(2).17

187-02.3(6)C1 Casting19This section is revised to read:20

21PRCSBC shall consist of lid elements and “U” shaped base elements. The vertical legs22of the “U” shaped base elements shall be full height matching the rise of the culvert,23except as otherwise specified for culvert spans greater than 20-feet. For PRCSBC24spans greater than 20-feet (as defined in Section 7-02.3(6)A1), the lid elements may25include vertical legs of a maximum length of 4-feet.26

27All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and28groove type joints, except PRCBC and PRCSBC of 20-foot span or less may have29keyway joints connected by weld-tie anchors in accordance with Section 6-02.3(25)O.30The weld-tie anchor spacing shall not exceed 6’-0”. There shall be at least two31galvanized steel tie plates across each top unit tongue and groove joint and each32tongue and groove joint between upper and lower units, unless otherwise shown in the33Plans or required by the seismic designed completed in accordance with Section 7-3402.3(6)A1.35

367-02.3(6)C3 Erection37This section is revised to read:38

39PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection40sequence specified in the Working Drawing submittal, and the construction equipment41restrictions specified in Section 6-02.3(25)O.42

43The Contractor shall install a continuous strip of butyl rubber sealant within all tongue44and groove joints prior to connecting the precast elements together. The butyl rubber45sealant shall have a minimum cross section of 1⁄2-inch by 11⁄2-inch, unless otherwise46shown in the Plans.47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 95

After connecting the joints with weld-tie anchors, the Contractor shall paint the exposed1metal surfaces with one coat of field primer conforming to Section 9-08.1(2)F. Keyways2shall be filled with grout conforming to Section 9-20.3(2).3

4The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and5PRCSBC with a 12-inch wide strip of external sealing band centered about the joint6and adhesively bonded to the concrete surface.7

8Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers,9compacted concurrently. The difference in backfill height on opposing sides of the10Structure shall not exceed 2-feet.11

127-02.4 Measurement13This section is supplemented with the following:14

15Culvert bedding material will be measured by the cubic yard of material placed.16

177-02.5 Payment18This section is supplemented with the following:19

20“Culvert Bedding Material”, per cubic yard.21

227-08.AP723Section 7-08, General Pipe Installation Requirements24January 3, 201725

7-08.3(1)A Trenches26The second sentence of the last paragraph is revised to read:27

28The embankment material shall be compacted to 95 percent of maximum density and29the moisture content at the time of compaction shall be between optimum and 330percentage points below optimum as determined by the Compaction Control Tests31specified in Section 2-03.3(14)D.32

337-09.AP734Section 7-09, Water Mains35April 3, 201736

7-09.3(24)D Dry Calcium Hypochlorite37The second paragraph is revised to read:38

39The number of grams of 70 percent test calcium hypochlorite required for a 20-foot40length of pipe equals 0.238 × d2, in which “d” is the diameter in inches.41

428-01.AP843Section 8-01, Erosion Control and Water Pollution Control44August 1, 201645

8-01.2 Materials46This section is supplemented with the following new paragraph:47

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 96

1Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01.2

38-01.3(7) Stabilized Construction Entrance4The last sentence of the first paragraph is revised to read:5

6Material used for stabilized construction entrance shall be free of extraneous materials7that may cause or contribute to track out.8

98-01.3(8) Street Cleaning10This section is revised to read:11

12Self-propelled street sweepers shall be used to remove and collect sediment and other13debris from the Roadway, whenever required by the Engineer. The street sweeper14shall effectively collect these materials and prevent them from being washed or blown15off the Roadway or into waters of the State. Street sweepers shall not generate fugitive16dust and shall be designed and operated in compliance with applicable air quality17standards.18

19Material collected by the street sweeper shall be disposed of in accordance with20Section 2-03.3(7)C.21

22Street washing with water will require the concurrence of the Engineer.23

248-09.AP825Section 8-09, Raised Pavement Markers26January 3, 201727

8-09.5 Payment28In the last paragraph, “flaggers and spotters” is revised to read “flaggers”.29

308-10.AP831Section 8-10, Guide Posts32January 4, 201633

8-10.3 Construction Requirements34The last sentence of the second paragraph is deleted.35

368-11.AP837Section 8-11, Guardrail38January 17, 201739

8-11.3(1)C Terminal and Anchor Installation40This section is supplemented with the following new paragraph:41

42Beam Guardrail Non-flared Terminals for Type 1 guardrail shall meet the crash test and43evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware44(MASH). Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the45crash test and evaluation criteria of MASH.46

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 97

18-11.3(1)F Removing and Resetting Beam Guardrail2The last sentence of the first paragraph is deleted.3

48-11.5 Payment5The paragraph following the Bid item “Removing and Resetting Beam Guardrail”, per linear6foot is revised to read:7

8The unit Contract price per linear foot for “Removing and Resetting Beam Guardrail”9shall be full payment for all costs to perform the Work as described in Section 8-1011.3(1)F, except for replacement posts and blocks.11

12The paragraph following the Bid item “Raising Existing Beam Guardrail”, per linear foot is13revised to read:14

15The unit Contract price per linear foot for “Raising Existing Beam Guardrail” shall be full16payment for all costs to perform the Work as described in Section 8-11.3(1)E, except17for replacement posts and blocks.18

198-20.AP820Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation21Systems, and Electrical22August 7, 201723

8-20.1 Description24This section is supplemented with the following new subsection:25

268-20.1(3) Permitting and Inspections27Electrical installations are subject to electrical inspection in accordance with RCW2819.28.101. Electrical inspections may only be performed by an electrical inspector29meeting the requirements of RCW 19.28.321. Electrical installations will not be30accepted until they have been inspected and approved by an electrical inspector as31required by this Section. This inspection is required even if there is no new electrical32service or new electrical meter being installed in the Contract.33

34Installations within WSDOT right of way are subject to a minimum of a final inspection35by a WSDOT certified electrical inspector as allowed by RCW 19.28.141. A separate36permit is not required for electrical installations within WSDOT right of way. Additional37inspections may be required at the discretion of the Engineer.38

39Installations outside of WSDOT right of way are subject to permitting and inspection by40the Washington State Department of Labor and Industries (L&I) or a local jurisdiction41approved for that location by L&I. Approved local jurisdictions and their contacts may42be found on the L&I website at43http://www.lni.wa.gov/TradesLicensing/Electrical/FeePermInsp/CityInspectors/.44

458-20.1(1) Regulations and Code46The second paragraph is revised to read:47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 98

Wherever reference is made in these Specifications or in the Special Provisions to the1Code, the rules, or the standards mentioned above, the reference shall be construed to2mean the code, rule, or standard that is in effect on the Bid advertisement date.3

48-20.3(5)A General5The last paragraph is revised to read:6

7Immediately after the sizing mandrel has been pulled through, install an equipment8grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire9or cable as specified in the Plans. Where conduit is installed for future use, install a10200-pound minimum tensile strength pull string with the equipment grounding11conductor. The pull string shall be attached to duct plugs or caps at both ends of the12conduit.13

148-20.3(5)A1 Fiber Optic Conduit15The last paragraph is deleted.16

178-20.3(5)B Conduit Type18The second and third paragraphs are deleted and replaced with the following new19paragraph:20

21PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct.22

238-20.3(5)D Conduit Placement24Item number 2 is revised to read:25

262. 24-inches below the top of the untreated surfacing on a Roadbed.27

288-20.3(9) Bonding, Grounding29The following two new paragraphs are inserted after the first paragraph:30

31Install an equipment grounding conductor in all new conduit, whether or not the32equipment grounding conductor is called for in the wire schedule.33

34For each new conduit with innerduct install an equipment grounding conductor in only35one of the innerducts unless otherwise required by the NEC or the Plans.36

37The fourth paragraph (after the preceding Amendments are applied) is revised to read:38

39Bonding jumpers and equipment grounding conductors meeting the requirements of40Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC.41Where existing conduits are used for the installation of new circuits, an equipment42grounding conductor shall be installed unless an existing equipment ground conductor,43which is appropriate for the largest circuit, is already present in the existing raceway.44The equipment ground conductor between the isolation switch and the sign lighter45fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits46are enclosed in a common conduit, the equipment-grounding conductor shall be sized47by the largest overcurrent device serving any circuit contained within the conduit.48

49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 99

The second sentence of the fifth paragraph (after the preceding Amendments are applied)1is revised to read:2

3A non-insulated stranded copper conductor, minimum #8 AWG with a full circle crimp4on connector (crimped with a manufacturer recommended crimper) shall be connected5to the junction box frame or frame bonding stud, the other end shall be crimped to the6equipment bonding conductor, using a “C” type crimp connector.7

8The last two sentences of the sixth paragraph (after the preceding Amendments are9applied) are revised to read:10

11For light standards, signal standards, cantilever and sign bridge Structures the12supplemental grounding conductor shall be #4 AWG non-insulated stranded copper13conductor. For steel sign posts which support signs with sign lighting or flashing14beacons the supplemental grounding conductor shall be #6 AWG non insulated15stranded copper conductor.16

17The fourth to last paragraph is revised to read:18

19Install a two grounding electrode system at each service entrance point, at each20electrical service installation and at each separately derived power source. The service21entrance grounding electrode system shall conform to the “Service Ground” detail in22the Standard Plans. If soil conditions make vertical grounding electrode installation23impossible an alternate installation procedure as described in the NEC may be used.24Maintain a minimum of 6 feet of separation between any two grounding electrodes25within the grounding system. Grounding electrodes shall be bonded copper, ferrous26core materials and shall be solid rods not less than 10 feet in length if they are ½ inch27in diameter or not less than 8 feet in length if they are ⅝ inch or larger in diameter.28

298-20.3(13)A Light Standards30The first sentence in the second to last paragraph is revised to read:31

32All new and relocated metal light standards shall be numbered for identification using33painted 4 inch block gothic letters (similar to series C highway lettering) and numbers34installed 3 feet above the base facing the Traveled Way.35

36The numbered list in the second to last paragraph is deleted and replaced with the37following:38

39NN40CC-SSSS41VVV42

43Where:44NN – Is the pole number as identified in the Plans. May be one or more45

characters.46CC – Is the circuit letter as identified in the Plans. May be one or more characters.47SSSS – Is he service cabinet number as identified in the Plans. Do not include the48

two or three letter prefix. Up to four digits - do not include leading zeros.49VVV – Is the operating voltage of the luminaire. Always three digits.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 100

8-20.3(13)C Luminaires1The first paragraph is revised to read:2

3The Contractor shall mark the installation date on the inside of the luminaire ballast or4driver housing using a permanent marking pen.5

68-22.AP87Section 8-22, Pavement Marking8August 7, 20179

8-22.3(6) Removal of Pavement Markings10This section is revised to read:11

12Pavement markings to be removed shall be obliterated until all blemishes caused by13the pavement marking removal conform to the coloration of the adjacent pavement.14

15Grinding to remove pavement markings in their entirety is allowed in areas designated16for applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment17(BST). Pavement marking removal shall be performed from April 1st through18September 30th and only in those areas that shall be paved within the same time19window as the grinding, unless otherwise allowed by the Engineer in writing.20

21For all cement concrete pavement and areas that will not be overlaid with hot mix22asphalt or BST, grinding is allowed to a depth just above the pavement surface and23then Water blasting or shot blasting shall be required to remove the remaining24pavement markings.25

26If in the opinion of the Engineer, the pavement is materially damaged by pavement27marking removal, such damage shall be repaired by the Contractor in accordance with28Section 1-07.13(1). Sand or other material deposited on the pavement as a result of29removing lines and markings shall be removed as the Work progresses to avoid30hazardous conditions. Accumulation of sand or other material which might interfere31with drainage will not be permitted.32

338-22.4 Measurement34The first two sentences of the fourth paragraph are revised to read:35

36The measurement for “Painted Wide Lane Line”, “Plastic Wide Lane Line”, “Profiled37Plastic Wide Lane Line”, “Painted Barrier Center Line”, “Plastic Barrier Center Line”,38“Painted Stop Line”, “Plastic Stop Line”, “Painted Wide Dotted Entry Line”, or “Plastic39Wide Dotted Entry Line” will be based on the total length of each painted, plastic or40profiled plastic line installed. No deduction will be made for the unmarked area when41the marking includes a broken line such as, wide broken lane line, drop lane line, wide42dotted lane line or wide dotted entry line.43

448-22.5 Payment45The following two new Bid items are inserted after the Bid item “Plastic Crosshatch46Marking”, per linear foot:47

48“Painted Wide Dotted Entry Line”, per linear foot.49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 101

1“Plastic Wide Dotted Entry Line”, per linear foot.2

39-01.AP94Section 9-01, Portland Cement5August 7, 20176

This section’s title is revised to read:78

Cement910

9-01.1 Types of Cement11This section is revised to read:12

13Cement shall be classified as portland cement, blended hydraulic cement, or rapid14hardening hydraulic cement.15

169-01.2(2) Vacant17This section, including title, is revised to read:18

199-01.2(2) Rapid Hardening Hydraulic Cement20Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600.21

229-01.2(3) Low Alkali Cement23This section is renumbered as follows:24

259-01.2(1)A Low Alkali Cement26

279-01.2(4) Blended Hydraulic Cement28This section is renumbered as follows:29

309-01.2(1)B Blended Hydraulic Cement31

32In the first paragraph, items number 3 through 5 are revised to read:33

343. Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and35

(LY) equals the targeted percentage of limestone. The pozzolan (PX) shall be36Class F fly ash and shall be a maximum of 35 percent. (LY) shall be a minimum of375 percent and a maximum of 15 percent. Separate testing of each source of fly ash38at each proposed replacement level shall be conducted in accordance with ASTM39C1012. Expansion at 180 days shall be 0.10 percent or less.40

414. Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and42

(LY) equals the targeted percentage of limestone. (SX) shall be a maximum of 5043percent. (LY) shall be a minimum of 5 percent and a maximum of 15 percent.44Separate testing of each source of slag at each proposed replacement level shall45be conducted in accordance with ASTM C1012. Expansion at 180 days shall be460.10 percent or less.47

48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 102

5. Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a1minimum of 5 percent and a maximum of 15 percent. Testing shall be conducted in2accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or3less.4

59-01.3 Tests and Acceptance6The second paragraph is revised to read:7

8Cement producers/suppliers that certify portland cement or blended hydraulic cement9shall participate in the Cement Acceptance Program as described in WSDOT Standard10Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required11to participate in WSDOT Standard Practice QC 1.12

139-03.AP914Section 9-03, Aggregates15August 7, 201716

9-03.1(1) General Requirements17In this section, each reference to “Section 9-01.2(3)” is revised to read “Section 9-01.2(1)A”.18

19This first paragraph is supplemented with the following:20

21Reclaimed aggregate may be used if it complies with the specifications for Portland22Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from23plastic concrete by washing away the cementitious materials.24

259-03.1(2) Fine Aggregate for Portland Cement Concrete26This section is revised to read:27

28Fine aggregate shall consist of natural sand or manufactured sand, or combinations29thereof, accepted by the Engineer, having hard, strong, durable particles free from30adherent coating. Fine aggregate shall be washed thoroughly to meet the31specifications.32

339-03.1(2)A Deleterious Substances34This section is revised to read:35

36The amount of deleterious substances in the washed aggregate shall be tested in37accordance with AASHTO M 6 and not exceed the following values:38

39Material finer than No. 200 Sieve 2.5 percent by weight40Clay lumps and friable particles 3.0 percent by weight41Coal and lignite 0.25 percent by weight42Particles of specific gravity less than 2.00 1.0 percent by weight.43

44Organic impurities shall be tested in accordance with AASHTO T 21 by the glass45color standard procedure and results darker than organic plate no. 3 shall be46rejected. A darker color results from AASHTO T 21 may be used provided that47when tested for the effect of organic impurities on strength of mortar, the relative48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 103

strength at 7 days, calculated in accordance with AASHTO T 71, is not less than195 percent.2

39-03.1(4) Coarse Aggregate for Portland Cement Concrete4This section is revised to read:5

6Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone,7or combinations thereof having hard, strong, durable pieces free from adherent8coatings. Coarse aggregate shall be washed to meet the specifications.9

109-03.1(4)A Deleterious11This section, including title, is revised to read:12

139-03.1(4)A Deleterious Substances14The amount of deleterious substances in the washed aggregate shall be tested in15accordance with AASHTO M 80 and not exceed the following values:16

17Material finer than No. 200 1.01 percent by weight18Clay lumps and Friable Particles 2.0 percent by weight19Shale 2.0 percent by weight20Wood waste 0.05 percent by weight21Coal and Lignite 0.5 percent by weight22Sum of Clay Lumps, Friable Particles, and23Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight24

251If the material finer than the No. 200 sieve is free of clay and shale, this26percentage may be increased to 1.5.27

289-03.1(4)C Grading29The following new sentence is inserted at the beginning of the last pargraph:30

31Where coarse aggregate size 467 is used, the aggregate may be furnished in at least32two separate sizes.33

349-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete35This section is revised to read:36

37As an alternative to using the fine aggregate sieve grading requirements in Section 9-3803.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a39combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A40may be used.41

429-03.1(5)A Deleterious Substances43This section is revised to read:44

45The amount of deleterious substances in the washed aggregates 3⁄8 inch or larger shall46not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than473⁄8 inch they shall not exceed the values specified in Section 9-03.1(2)A.48

49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 104

9-03.1(5)B Grading1The first paragraph is deleted.2

39-03.8(2) HMA Test Requirements4In the table in item number 3, the heading “Statistical and Nonstatistical” is revised to read5“Statistical”.6

79-03.8(7) HMA Tolerances and Adjustments8In the table in item number 1, the column titled “Nonstatistical Evaluation” is deleted.9

10In the table in item 1, the last column titled “Commercial Evaluation” is revised to read11“Visual Evaluation”.12

139-03.11(1) Streambed Sediment14The following three new sentences are inserted after the first sentence of the first15paragraph:16

17Alternate gradations may be used if proposed by the Contractor and accepted by the18Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.4519power maximum density curve of the proposed gradation. The alternate gradation20shall closely follow the maximum density line and have Nominal Aggregate Size of no21less than 1½ inches or no greater than 3 inches.22

239-03.12(4) Gravel Backfill for Drains24The following new sentence is inserted at the beginning of the second paragraph:25

26As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-2703.1(4)C.28

299-03.12(5) Gravel Backfill for Drywells30The following new sentence is inserted at the beginning of the second paragraph:31

32As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-3303.1(4)C.34

359-03.21(1)B Concrete Rubble36This section, including title, is revised to read:37

389-03.21(1)B Recycled Concrete Aggregate39Recycled concrete aggregates are coarse aggregates manufactured from hardened40concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or41blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate42shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4)43or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled44concrete shall:45

461. Contain an aggregated weight of less than 1 percent of adherent fines,47

vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics,48wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other49deleterious substance(s) not otherwise noted;50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 105

12. Be free of components such as chlorides and reactive materials that are2

detrimental to the concrete, unless mitigation measures are taken to prevent3recurrence in the new concrete;4

53. Have an absorption of less than 10 percent when tested in accordance with6

AASHTO T 85.78

4. Be considered mechanically fractured and therefore be considered part of the9total fracture calculation as determined by the FOP for AASHTO T 335.10

11Recycled concrete aggregate shall be in a saturated condition prior to mixing.12

13Recycled concrete aggregate shall not be placed below the ordinary high water mark of14any surface water of the State.15

169-03.21(1)D Recycled Steel Furnace Slag17This section title is revised to read:18

19Steel Slag20

219-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled22Material23

24In the Hot Mix Asphalt column, each value of “20” is revised to read “25”.25

26The last column heading “Steel Furnace Slag” is revised to read “Steel Slag”.27

28The following new row is inserted after the second row:29

30Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0

319-04.AP932Section 9-04, Joint and Crack Sealing Materials33January 3, 201734

This section is supplemented with the following two new subsections:3536

9-04.11 Butyl Rubber Sealant37Butyl rubber sealant shall conform to ASTM C 990.38

399-04.12 External Sealing Band40External sealing band shall by Type III B conforming to ASTM C 877.41

429-04.1(2) Premolded Joint Filler for Expansion Joints43This section is supplemented with the following:44

45As an alternative to the above, a semi-rigid, non-extruding, resilient type, closed-cell46polypropylene foam, preformed joint filler with the following physical properties as47tested to AASHTO T 42 Standard Test Methods may be used.48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 106

1Closed-Cell Polypropylene Foam Preformed Joint Filler

Physical Property Requirement Test MethodWater Absorption < 1.0% AASHTO T 42

Compression Recovery > 80% AASHTO T 42Extrusion < 0.1 in. AASHTO T 42Density > 3.5 lbs./cu.ft. AASHTO T 42

Water Boil (1 hr.) No expansion AASHTO T 42Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42

Heat Resistance °F 392°F± 5°F ASTM D 52492

9-04.2(1) Hot Poured Joint Sealants3This section’s content is deleted and replaced with the following new subsections:4

59-04.2(1)A Hot Poured Sealant6Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in7accordance with ASTM D5329.8

99-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement10Hot poured sealant for cement concrete pavement shall meet the requirements of11ASTM D6690 Type IV, except for the following:12

131. The Cone Penetration at 25°C shall be 130 maximum.14

152. The extension for the Bond, non-immersed, shall be 100 percent.16

179-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement18Hot poured sealant for bituminous pavement shall meet the requirements of ASTM19D6690 Type I or Type II.20

219-04.2(1)B Sand Slurry for Bituminous Pavement22Sand slurry is mixture consisting of the following components measured by total23weight:24

251. Twenty percent CSS-1 emulsified asphalt,26

272. Two percent portland cement, and28

293. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B30

Class 2. Fine aggregate may be damp (no free water).3132

9-04.2(2) Poured Rubber Joint Sealer33The last paragraph is deleted.34

359-04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes36“AASHTO M 198” is revised to read “ASTM C 990”.37

389-04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe39In the last sentence, “AASHTO M 198” is revised to read “ASTM C 990”.40

41

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 107

9-06.AP91Section 9-06, Structural Steel and Related Materials2January 3, 20173

9-06.5(3) High-Strength Bolts4In this section, “ASTM A325” is revised to read “ASTM F3125 Grade A325”, “ASTM A490”5is revised to read “ASTM F3125 Grade A490”, and “ASTM F1852” is revised to read “ASTM6F3125 Grade F1852”.7

8In the fifth paragraph, “ASTM-A325” is revised to read “ASTM F3125”.9

109-06.12 Bronze Castings11In this section, “AASHTO M107” is revised to read “ASTM B22”.12

139-06.16 Roadside Sign Structures14In the first paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”.15

169-07.AP917Section 9-07, Reinforcing Steel18August 1, 201619

9-07.1(1)A Acceptance of Materials20The first sentence of the first paragraph is revised to read:21

22Reinforcing steel rebar manufacturers shall comply with the National Transportation23Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar)24Manufacturers.25

26The first sentence of the second paragraph is revised to read:27

28Steel reinforcing bar manufacturers use either English or a Metric size designation29while stamping rebar.30

319-07.1(2) Bending32The first two sentences of the first paragraph are deleted and replaced with the following33two new sentences:34

35Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans.36Fabrication tolerances shall be in accordance with ACI 315.37

389-10.AP939Section 9-10, Piling40August 1, 201641

9-10.3 Cast-In-Place Concrete Piling42This section is revised to read:43

44Reinforcement for cast-in-place concrete piles shall conform to Section 9-07.2.45

46

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 108

9-11.AP91Section 9-11, Waterproofing2January 3, 20173

This section (and all subsections), including title, is revised to read:45

9-11 Waterproof Membrane69-11.1 Asphalt for Waterproofing7Waterproof membrane shall be a sheet membrane conforming to ASTM D 61538Type III, the puncture capacity specified below, and either the thin polymer sheet9tensile stress or the geotextile and fabric grab tensile strength specified below:10

11

Performance Properties Test Method SpecificationRequirements

Tensile Stress(for Thin Polymer Sheets) ASTM D 882 75 pounds per inch

min.Grab Tensile Strength(for Geotextiles and

Fabrics)

ASTM D 4632(Woven orNonwoven)

200 pounds min.

Puncture Capacity(For Thin Polymer Sheets,Geotextiles and Fabrics)

ASTM E 154 200 pounds min.

12Waterproofing membrane will be accepted based on a Manufacturer’s Certificate13of Compliance with each lot of waterproof membrane.14

159-11.2 Primer for Waterproof Membrane16The primer for the waterproof membrane shall be appropriate for bonding the17sheet membrane to the bridge deck surface and shall be compatible with the18membrane in accordance with the waterproof membrane manufacturer’s19recommendations.20

219-14.AP922Section 9-14, Erosion Control and Roadside Planting23August 7, 201724

9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)25The first paragraph is revised to read:26

27All HECPs shall be made of natural plant fibers unaltered by synthetic materials, and in28a dry condition, free of noxious weeds, seeds, chemical printing ink, germination29inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials30detrimental to plant life.31

32The last sentence of the third paragraph is revised to read the following two sentences:33

34Under no circumstances will field mixing of additives or components be acceptable,35with the exception of seed and water. The product shall be hydrated in accordance with36the manufacturer’s recommendations.37

38

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 109

In Table 1 of the fourth paragraph, the following new row is inserted below the table1heading:2

3These test requirements apply to the fully mixed product, includingtackifiers, dyes, or other additives that may be included in the HECP finalproduct in its sprayable form.

4The last two paragraphs are revised to read:5

6If the HECP contains a dye to facilitate placement and inspection of the material, it7shall be nontoxic to plants, animals, and aquatic life and shall not stain concrete or8painted surfaces.9

10The HECP shall not be harmful to plants, animals, and aquatic life.11

129-14.4(4) Wood Strand Mulch13The last paragraph is revised to read:14

15The Contractor shall provide a test report performed in accordance with WSDOT T 12516demonstrating compliance to this specification prior to acceptance. This product shall17not be harmful to plants, animals, and aquatic life.18

199-14.4(7) Tackifier20The first paragraph is supplemented with the following:21

22Tackifiers shall include a mulch tracer added to visible aid uniform application, and23shall not be harmful to plants, animals, or aquatic life.24

25The first sentence of the second paragraph is revised to read:26

27The Contractor shall provide test results documenting the tackifier and mulch tracer28meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in29Table 1 in Section 9-14.4(2).30

319-14.4(7)A Organic Tackifier32This section is revised to read:33

34Organic tackifiers shall be derived from natural plant sources and shall not be harmful35to plants, animals, and aquatic life.36

379-14.4(7)B Synthetic Tackifier38This section is revised to read:39

40Synthetic tackifiers shall not be harmful to plants, animals, and aquatic life.41

429-14.5(2) Biodegradable Erosion Control Blanket43The first paragraph is revised to read:44

45Biodegradable erosion control blankets, including netting if present, shall be made of46natural plant fibers unaltered by synthetic materials. All blanket material shall effectively47

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 110

perform the intended erosion control function until permanent vegetation has been1established, or for a minimum of 6 months, whichever comes first.2

39-14.5(4)A Biodegradable Check Dams4This section is revised to read:5

6Biodegradable check dams shall meet the following requirements:7

8Wattle Section 9-14.5(5)9Compost Sock Section 9-14.5(6)10Coir Log Section 9-14.5(7)11

12The Contractor may substitute a different biodegradable check dam as long as it13complies with the following and is accepted by the Engineer:14

151. Made of natural plant fiber unaltered by synthetic material.16

172. Netting if present shall be made of natural plant fibers unaltered by synthetic18

materials. Materials shall effectively perform the intended erosion control19function until permanent vegetation has been established or for a minimum of206 months, whichever comes first.21

223. Straw bales shall not be used as check dams.23

249-14.5(5) Wattles25This section is revised to read:26

27Wattles shall consist of cylinders of plant material such as weed-free straw, coir, wood28chips, excelsior, or wood fiber or shavings encased within netting made of natural plant29fibers unaltered by synthetic materials. Wattles shall be a minimum of 8 inches in30diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete31or other contaminating materials such as preservatives. Netting material shall be free32from cuts, tears, or weak places and shall effectively perform the intended erosion33control function until permanent vegetation has been established or for a minimum of 634months, whichever comes first.35

36If wood chip filler is used, it shall meet the material requirements as specified in Section379-14.4(3). If straw filler is used, it shall meet the material requirements as specified in38Section 9-14.4(1). If wood shavings are used, 80 percent of the fibers shall have a39minimum length of 6 inches between 0.030 and 0.50 inches wide and between 0.01740and 0.13 inches thick.41

42Stakes for wattles shall be made of wood from untreated Douglas fir, hemlock, or pine43species.44

459-14.5(6) Compost Socks46This section is revised to read:47

48Compost socks shall consist of fabric made of natural plant fibers unaltered by49synthetic materials. The compost sock shall be filled with Medium Compost as50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 111

specified in Section 9-14.4(8). Compost socks shall be at least 8 inches in diameter.1The sock shall be clean, evenly woven; free of encrusted concrete or other2contaminating materials; free from cuts, tears, broken or missing yarns; free of thin,3open, or weak areas; and free of any type of preservative. Sock fabric shall effectively4perform the intended erosion control function until permanent vegetation has been5established or for a minimum of 6 months, whichever comes first.6

7Stakes for compost socks shall be made of wood from untreated Douglas fir, hemlock,8or pine species.9

109-16.AP911Section 9-16, Fence and Guardrail12January 17, 201713

9-16.3(3) Galvanizing14The first three sentences are deleted and replaced with the following single sentence:15

16W-beam or thrie beam rail elements and terminal sections shall be galvanized in17accordance with AASHTO M 180, Class A, Type II.18

199-20.AP920Section 9-20, Concrete Patching Material, Grout, and Mortar21January 3, 201722

This section is supplemented with the following new subsection:2324

9-20.5 Bridge Deck Repair Material25Bridge deck repair material shall be either an ultra-low viscosity, two-part liquid,26polyurethane-hybrid polymer concrete, or a pre-packaged cement based repair mortar,27conforming to the following requirements:28

291. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109.30

312. Total soluble chloride ion content by mass of product shall conform to the32

limits specified in Section 6-02.3(2) for reinforced concrete.3334

3. Permeability of less than 2,000 coulombs at 56-days in accordance with35AASHTO T 277.36

37If pre-packaged deck repair material does not include coarse aggregate, the Contractor38shall extend the mix with coarse aggregate as recommended by the manufacturer.39

409-23.AP941Section 9-23, Concrete Curing Materials and Admixtures42January 3, 201743

9-23.9 Fly Ash44The first paragraph is revised to read:45

46

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 112

Fly ash shall conform to the requirements of AASHTO M295 Class C or F including1supplementary optional chemical requirements as set forth in Table 2.2

3The last sentence of the last paragraph is revised to read:4

5The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to6fly ash used in Controlled Density Fill.7

89-23.12 Metakaolin9This section, including title, is revised to read:10

119-23.12 Natural Pozzolan12Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to13the requirements of AASHTO M295 Class N, including supplementary optional14chemical requirements as set forth in Table 2.15

169-28.AP917Section 9-28, Signing Materials and Fabrication18April 3, 201719

9-28.14(3) Aluminum Structures20This section is revised to read:21

22Welding of aluminum shall be in accordance with AWS D1.2/D1.2M, latest edition,23Structural Welding Code – Aluminum.24

25Aluminum alloy filler metals utilized on anodized structures shall result in color26matching to base metals.27

289-29.AP929Section 9-29, Illumination, Signal, Electrical30August 7, 201731

9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes32This section is supplemented with the following new subsections:33

349-29.2(5) Testing Requirements35The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes.36Junction boxes, cable vaults and pull boxes shall be tested by an independent37materials testing facility, and a test report issued documenting the results of the tests38performed.39

40For each junction box, vault and pull box type, the independent testing laboratory shall41meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test42Equipment. The test shall be conducted in the presence of a Professional Engineer,43licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural,44and each test sheet shall have the Professional Engineer’s original signature, date of45signature, original seal, and registration number. One copy of the test report shall be46furnished to the Contracting Agency certifying that the box and cover meet or exceed47the loading requirements for that box type, and shall include the following information:48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 113

11. Product identification.2

32. Date of testing.4

53. Description of testing apparatus and procedure.6

74. All load deflection and failure data.8

95. Weight of box and cover tested.10

116. Upon completion of the required test(s) the box shall be loaded to failure or to12

the maximum load possible on the testing machine (70,000 pounds13minimum).14

157. A brief description of type and location of failure or statement that the testing16

machine reached maximum load without failure of the box.1718

9-29.2(5)A Standard Duty Boxes and Vaults19Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be20load tested to 22,500 pounds. The test load shall be applied uniformly through a2110 by 10 by 1-inch steel plate centered on the lid. The test load shall be applied22and released ten times, and the deflection at the test load and released state shall23be recorded for each interval. At each interval the junction box shall be inspected24for lid deformation, failure of the lid/frame welds, vertical and horizontal25displacement of the lid/frame, cracks, and concrete spalling.26

27Concrete junction boxes will be considered to have withstood the test if none of the28following conditions are exhibited:29

301. Permanent deformation of the lid or any impairment to the function of the31

lid.3233

2. Vertical or horizontal displacement of the lid frame.3435

3. Cracks wider than 0.012 inches that extend 12 inches or more.3637

4. Fracture or cracks passing through the entire thickness of the concrete.3839

5. Spalling of the concrete.4041

9-29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes42Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall43be tested as follows:44

451. The security lid shall be installed on any appropriately sized box that is46

currently approved on the Qualified Products List.4748

2. The security lid and box assembly shall be load tested in accordance with49Section 9-29.2(5)A. After the ten load cycles but before loading to failure,50the security lid shall be fully opened and removed to verify operability.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 114

13. The locking mechanism(s) shall be tested as follows:2

3a. The locking mechanism shall be cycled 250 times (locked, then4

unlocked again) at room temperature (60-80°F). If there is more5than one identical locking mechanism, only one needs to be cycled6in this manner.7

8b. Temperature changes should be limited to no more than 60°F per9

hour.1011

c. The security lid shall be cooled to and held at -30°F for 15 minutes.12The locking mechanism shall then be cycled once to verify operation13at this temperature.14

15d. The security lid shall be heated to and held at 120-122°F for 1516

minutes. The locking mechanism shall then be cycled once to verify17operation at this temperature.18

19e. The security lid shall be temperature adjusted to and held at 110°F20

and 95% humidity for 15 minutes. The locking mechanism shall then21be cycled once to verify operation at this temperature and humidity.22

239-29.2(5)C Standard Duty Non-Concrete Junction Boxes24Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77 Tier2515 test method using the test load of 22,500 pounds (minimum) in place of the26design load during testing. In addition, the Contractor shall provide a Manufacturer27Certificate of Compliance for each non-concrete junction box installed.28

299-29.2(5)D Heavy-Duty Boxes and Vaults30Heavy-Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to3146,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1-32inch steel plate centered on the lid with an orientation both on the long axis and33the short axis of the junction box. The test load shall be applied and released ten34times on each axis. The deflection at the test load and released state shall be35recorded for each interval. At each interval the test box shall be inspected for lid36deformation, failure of the lid or frame welds, vertical and horizontal displacement37of the lid frame, cracks, and concrete spalling. After the twentieth loading interval38the test shall be terminated with a 60,000 pound load being applied vertically39through the steel plate centered on the lid and with the long edge of steel plate40orientated parallel to the long axis of the box.41

42Heavy-Duty Junction Boxes will be considered to have withstood the 46,000 pound43test if none of the following conditions are exhibited:44

451. Permanent deformation of the lid or any impairment to the function of the46

lid.4748

2. Vertical or horizontal displacement of the lid frame.4950

3. Cracks wider than 0.012 inches that extend 12 inches or more.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 115

14. Fracture or cracks passing through the entire thickness of the concrete.2

35. Spalling of the concrete.4

5Heavy-Duty Junction Boxes will be considered to have withstood the 60,000 pound6test if all of the following conditions are exhibited:7

81. The lid is operational.9

102. The lid is securely fastened.11

123. The welds have not failed.13

144. Permanent dishing or deformation of the lid is ¼ inch or less.15

165. No buckling or collapse of the box.17

189-29.2(1) Standard Duty and Heavy Duty Junction Boxes19This section, including title, is revised to read:20

219-29.2(1) Junction Boxes22For the purposes of this Specification concrete is defined as portland cement concrete23and non-concrete is all others.24

25The Contractor shall provide shop drawings for all components, hardware, lid, frame,26reinforcement, and box dimensions. The shop drawings shall be prepared by (or under27the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of28Washington, in the branch of Civil or Structural. Each sheet shall carry the following:29

301. Professional Engineer’s original signature, date of signature, original seal, and31

registration number. If a complete assembly drawing is included which32references additional drawing numbers, including revision numbers for those33drawings, then only the complete assembly drawing is required to be34stamped.35

362. The initials and dates of all participating design professionals.37

383. Clear notation of all revisions including identification of who authorized the39

revision, who made the revision, and the date of the revision.4041

Design calculations shall carry on the cover page, the Professional Engineer’s original42signature, date of signature, original seal, and registration number.43

44For each type of junction box, or whenever there is a change to the junction box45design, a proof test, as defined in this Specification, shall be performed and new shop46drawings submitted.47

489-29.2(1)A Standard Duty Junction Boxes49This section is revised to read:50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 116

Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall1have a minimum load rating of 22,500 pounds and be tested in accordance with2Section 9-29.2(5). A complete Type 8 Junction Box includes the spread footing shown3in the Standard Plans. All Standard Duty Junction Boxes placed in sidewalks,4walkways, and shared use paths shall have slip resistant surfaces. Non-slip lids and5frames shall be hot dip galvanized in accordance with AASHTO M111.6

79-29.2(1)A1 Concrete Junction Boxes8The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be9painted with a black paint containing rust inhibiters or painted with a shop applied,10inorganic zinc primer in accordance with Section 6-07.3, or hot-dip galvanized in11accordance with AASHTO M 111.12

13Concrete used in Standard Duty Junction Boxes shall have a minimum14compressive strength of 6,000 psi when reinforced with a welded wire hoop, or154,000 psi when reinforced with welded wire fabric or fiber reinforcement. The16frame shall be anchored to the box by welding headed studs ⅜ by 3 inches long,17as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to18the studs and frame with standard tie practices. The box shall contain ten studs19located near the centerline of the frame and box wall. The studs shall be placed20one anchor in each corner, one at the middle of each width and two equally21spaced on each length of the box.22

23Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the24following:25

26Materials Requirement

Concrete Section 6-02Reinforcing Steel Section 9-07Fiber Reinforcing ASTM C1116, Type IIILid ASTM A786 diamond plate steelSlip Resistant Lid ASTM A36 steelFrame ASTM A786 diamond plate steel or ASTM A36

steelSlip Resistant Frame ASTM A36 steelLid Support ASTM A36 steel, or ASTM A1011 SS Grade 36

(or higher)Handle & Handle support ASTM A36 steel, or ASTM A1011 CS (Any

Grade) or SS (Any Grade)Anchors (studs) Section 9-06.15Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or

Stainless Steel grade 302, 304, or 316 steel inaccordance with approved shop drawing

Locking and LatchingMechanism Hardware andBolts

In accordance with approved shop drawings

27

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 117

9-29.2(1)A2 Non-Concrete Junction Boxes1Material for the non-concrete junction boxes shall be of a quality that will provide2for a similar life expectancy as portland cement concrete in a direct burial3application.4

5Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,5006pounds and shall be tested in accordance with Section 9-29.2(5). Non-concrete7junction boxes shall be gray in color and have an open bottom design with8approximately the same inside dimensions, and present a load to the bearing9surface that is less than or equal to the loading presented by the concrete junction10boxes shown in the Standard Plans. Non-concrete junction box lids shall include a11pull slot and embedded 6 by 6 by ¼-inch steel plate, and shall be secured with two12½ inch stainless steel Penta-head bolts recessed into the cover. The tapped holes13for the securing bolts shall extend completely through the box to prevent14accumulation of debris. Bolts shall conform to ASTM F593, stainless steel.15

169-29.2(1)B Heavy-Duty Junction Boxes17The first paragraph is revised to read:18

19Heavy-Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall20be concrete and have a minimum vertical load rating of 46,000 pounds without21permanent deformation and 60,000 pounds without failure when tested in accordance22with Section 9-29.2(5).23

249-29.2(1)C Testing Requirements25This section is deleted in its entirety.26

279-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull28Boxes, and Heavy Duty Pull Boxes29This section, including title, is revised to read:30

319-29.2(2) Cable Vaults and Pull Boxes32Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete33lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit34the same box as shown in the Standard Plans.35

36The Contractor shall provide shop drawings for all components, including concrete box,37Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings38shall show placement of reinforcing steel, knock outs, and any other appurtenances.39The shop drawing shall be prepared by or under the direct supervision of a40Professional Engineer, licensed under Title 18 RCW, State of Washington, in the41branch of Civil or Structural. Each sheet shall carry the following:42

431. Professional Engineer’s original signature, date of signature, original seal, and44

registration number. If a complete assembly drawing is included which45references additional drawing numbers, including revision numbers for those46drawings, then only the complete assembly drawing is required to be47stamped.48

492. The initials and dates of all participating design professionals.50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 118

13. Clear notation of all revisions including identification of who authorized the2

revision, who made the revision, and the date of the revision.34

Design calculations shall carry on the cover page, the Professional Engineer’s original5signature, date of signature, original seal, and registration number.6

7For each type of box or whenever there is a change to the Cable Vault or Pull box8design, a proof test, as defined in this Specification, shall be performed and new shop9drawings submitted.10

119-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard12Duty Pull Boxes13This section’s title is revised to read:14

159-29.2(2)A Standard Duty Cable Vaults and Pull Boxes16

17The first paragraph is revised to read:18

19Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum20load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5). For21the purposes of this Section, Small Cable Vaults are considered a type of Standard22Duty Cable Vault.23

24The first sentence of the second paragraph is revised to read:25

26Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum27compressive strength of 4,000 psi.28

29The first sentence of the third paragraph is revised to read:30

31All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and32shared-use paths shall have slip-resistant surfaces.33

34The fourth paragraph (up until the colon) is revised to read:35

36Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:37

389-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes39The first paragraph is revised to read:40

41Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a42minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of4346,000 pounds without permanent deformation and 60,000 pounds without failure when44tested in accordance with Section 9-29.2(5).45

469-29.2(3) Structure Mounted Junction Boxes47The first and second paragraphs are revised to read:48

49

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 119

Surface mounted junction boxes and concrete embedded junction boxes installed in1cast-in-place structures shall be stainless steel NEMA 4X.2

3Concrete embedded junction boxes installed in structures constructed by slip forming4shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth5adjustment bolts, which are accessible from the front face of the junction box with the6lid installed.7

89-29.3(1) Fiber Optic Cable9This section is revised to read:10

11All fiber optic cables shall be single mode fiber optic cables unless otherwise specified12in the Contract. All fiber optic cables shall meet the following requirements:13

141. Compliance with the current version of ANSI/ICEA S-87-640. A product data15

specification sheet clearly identifying compliance or a separate letter from16manufacturer to state compliance shall be provided.17

182. Cables shall be gel free, loose tube, low water peak, and all dielectric with no19

metallic component.2021

3. Cables shall not be armored unless specified in the Contract.2223

4. Cables shall be approved for mid-span entries and be rated by the24manufacturer for outside plant (OSP) use, placement in underground ducts,25and aerial installations.26

275. Fiber counts shall be as specified in the Contract.28

296. Fibers and buffer tubes shall be color coded in accordance with the current30

version of EIA/TIA-598.3132

7. Fibers shall not have any factory splices.3334

8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket35shall be free from holes, splits, blisters, or other imperfections and must be36smooth and concentric as is consistent with the best commercial practice.37

389. A minimum of one (1) rip cord is required for each cable.39

4010. Cable markings shall meet the following additional requirements:41

42a. Color shall be white or silver.43

44b. Markings shall be approximately 3 millimeters (118 mils) in height, and45

dimensioned and spaced to produce good legibility.4647

c. Markings shall include the manufacturer’s name, year of manufacture, the48number of fibers, the words “OPTICAL CABLE”, and sequential length49marks.50

51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 120

d. Sequential length markings shall be in meters or feet, spaced at intervals1not more than 1 meter or 2 feet apart, respectively.2

3e. The actual cable length shall not be shorter than the cable length4

marking. The actual cable length may be up to 1% longer than the cable5length marking.6

7f. Cables with initial markings that do not meet these requirements will not8

be accepted and may not be re-marked.910

11. Short term tensile strength shall be a minimum of 600 pounds (1bs). Long11term tensile strength shall be a minimum of 180 pounds (1bs). Tensile12strength shall be achieved using a fiberglass reinforced plastic (FRP) central13member and / or aramid yarns.14

1512. All cables shall be new and free of material or manufacturing defects and16

dimensional non-uniformity that would:1718

a. Interfere with the cable installation using accepted cable installation19practices;20

21b. Degrade the transmission performance or environmental resistance after22

installation;2324

c. Inhibit proper connection to interfacing elements;2526

d. Otherwise yield an inferior product.2728

13. The fiber optic cables shall be shipped on reels with a drum diameter at least2920 times the diameter of the cable, in order to prevent damage to the cable.30The reels shall be substantial and constructed so as to prevent damage31during shipment and handling. Reels shall be labeled with the same32information required for the cable markings, with the exception that the total33length of cable shall be marked instead of incremental length marks. Reels34shall also be labeled with the type of cable.35

36This section is supplemented with the following new subsection:37

389-29.3(1)B Multimode Optical Fibers39Where multimode fiber optic cables are specified in the Contract, the optical fibers shall40be one of the following types, as specified in the Contract:41

42a. Type OM1, meeting the requirements of EIA/TIA 492-AAAA-A or ISO/IEC43

11801. The fiber core diameter shall be 62.5 µm.4445

b. Type OM2, meeting the requirements of EIA/TIA 492-AAAB-A or ISO/IEC4611801. The fiber core diameter shall be 50 µm.47

48All multimode optical fibers shall have a maximum attenuation of 3.0 dB/km at 850nm49and 1.0 dB/km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX50Ethernet communications.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 121

19-29.3(1)A Singlemode Fiber Optic Cable2This section is revised to read:3

4Single-Mode optical fibers shall be EIA/TIA 492-CAAB or ISO/IEC 11801 Type OS2,5low water peak zero dispersion fibers, meeting the requirements of ITU-T G.652.D.6

79-29.6 Light and Signal Standards8The third paragraph is revised to read:9

10Light standard, signal standards, slip base hardware and foundation hardware shall be11hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where12colored standards are required, standards shall be powder-coated after galvanizing in13accordance with Section 6-07.3(11). The standard color shall be as specified in the14Contract.15

169-29.6(1) Steel Light and Signal Standards17In the first paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”.18

199-29.6(2) Slip Base Hardware20In this section, “ASTM A325” is revised to read “ASTM F3125 Grade A325”.21

229-29.7(2) Fused Quick-Disconnect Kits23The table is supplemented with the following new row:24

25LED* 10A 10A 20A

26The following footnote is inserted after the table:27

28* Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires29

shall be slow blow.3031

9-29.10 Luminaires32The first sentence of the third paragraph is revised to read:33

34All luminaires shall be provided with markers for positive identification of light source35type and wattage in accordance with ANSI C136.15-2011, with the exception that LED36luminaires shall be labeled with the wattage of their conventional luminaire equivalents37– the text “LED” is optional.38

39The table in the fourth paragraph is revised to read:40

41Conventional Lamp

WattageConventional Wattage

LegendEquivalent LED

Legend70 7 7E

100 10 10E150 15 15E175 17 17E200 20 20E250 25 25E

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 122

310 31 31E400 40 40E700 70 70E750 75 75E

1,000 X1 X1E1

9-29.13(10)C NEMA Controller Cabinets2Item number 6 of the first paragraph is revised to read:3

46. LED light strips shall be provided for cabinet lighting. Each LED light strip shall be5

approximately 12 inches long, have a minimum output of 320 lumens, and have a6color temperature of 4100K (cool white) or higher. Two light strips shall be7provided. One light strip shall be ceiling mounted and oriented parallel to the door8face. The second light strip shall be mounted under the lower shelf, such that the9output terminal landings are illuminated. Lighting shall not interfere with the proper10operation of any other ceiling or shelf mounted equipment. All lighting fixtures shall11energize automatically when any door is opened. Each door switch shall be12labeled “Light”.13

149-29.13(10)D Cabinets for Type 170E and 2070 Controllers15Item number 6 of the first paragraph is revised to read:16

176. LED light strips shall be provided for cabinet lighting, powered from the Equipment18

breaker on the Power Distribution Assembly. Each LED light strip shall be19approximately 12 inches long, have a minimum output of 320 lumens, and have a20color temperature of 4100K (cool white) or higher. There shall be two light strips21for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted22lighting is not permitted. One light strip shall be installed above the front of the23rack, oriented parallel to the door face, and placed such that the front of the rack24and the rack mounted equipment is illuminated. The second light strip shall be25installed above the rear of the rack, oriented perpendicular to the door face, and26placed such that the interior of the rack is illuminated. Lighting shall not interfere27with the proper operation of any other ceiling mounted equipment. All lighting28fixtures above a rack shall energize automatically when either door to that29respective rack is opened. Each door switch shall be labeled “Light”.30

319-29.13(12) ITS Cabinet32Item number 6 of the first paragraph is revised to read:33

346. LED light strips shall be provided for cabinet lighting, powered from the Equipment35

breaker on the Power Distribution Assembly. Each LED light strip shall be36approximately 12 inches long, have a minimum output of 320 lumens, and have a37color temperature of 4100K (cool white) or higher. There shall be two light strips38for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted39lighting is not permitted. One light strip shall be installed above the front of the40rack, oriented parallel to the door face, and placed such that the front of the rack41and the rack mounted equipment is illuminated. The second light strip shall be42installed above the rear of the rack, oriented perpendicular to the door face, and43placed such that the interior of the rack is illuminated. Lighting shall not interfere44with the proper operation of any other ceiling mounted equipment. All lighting45

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 123

fixtures above a rack shall energize automatically when either door to that1respective rack is opened. Each door switch shall be labeled “Light”.2

39-29.25 Amplifier, Transformer, and Terminal Cabinets4Item 2C is revised to read:5

6c. Transformer up to 12.5 KVA 20″ 48″ 24″7

Transformer 12.6 to 35 KVA 30″ 60″ 32″89

The following new sentence is inserted before the last sentence of item number 10:1011

There shall be an isolation breaker on the input (line) side of the transformer, and a12breaker array on the output (load) side.13

149-30.AP915Section 9-30, Water Distribution Materials16August 7, 201717

9-30.6(3) Service Pipes18This section is supplemented with the following new subsection:19

209-30.6(3)C PEX-a Tubing21PEX-a tubing shall be a minimum of ¾-inch or a maximum 2-inch in diameter and shall22be manufactured in accordance with AWWA C904 and ASTM F876. The tubing shall23have a minimum materials designation code of 3306 in accordance with ASTM F876, a24pressure rating of 200 psi at 73.4 degrees using a design factor of 0.63 as outlined in25PPI TR-3, Part F-7, and shall have a minimum SDR of 9. Tubing color shall be blue in26accordance with APWA Uniform color standards.27

289-30.6(4) Service Fittings29This section is supplemented with the following new paragraph:30

31Fittings for PEX-a tubing shall meet the requirements of AWWA C904.32

339-31.AP934Section 9-31, Elastomeric Pads35August 7, 201736

This section, including title, is revised to read:3738

9-31 Fabricated Bridge Bearing Assemblies399-31.1 Steel Plates and Bars40Steel plates and bars, including anchor array templates, shall conform to ASTM A4136.42

43Recessed steel surfaces retaining PTFE shall have an average surface roughness44of 250-microinches or less.45

46Steel surfaces in contact with pre-formed fabric pad or polyether urethane disc47shall have an average surface roughness of 250-microinches or less.48

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 124

1Steel surfaces in contact with stainless steel sheet, or with the bearing block of a2pin bearing assembly, shall have an average surface roughness of 125-3microinches or less.4

5All other steel surfaces in contact with other fabricated bridge bearing assembly6components shall have an average surface roughness of 250-microinches or less.7

89-31.2 Stainless Steel9Stainless steel sheet shall conform to ASTM A 240 Type 304L. Stainless steel in10contact with PTFE shall be polished to a Number 8 mirror finish. Stainless steel11sheet for fabric pad bearing assemblies shall have a thickness greater than or12equal to 14-gage.13

14Stainless steel countersunk screws shall be hexagon socket type conforming to15the geometric requirements of ANSI B 18.3 and shall conform to ASTM F 59316Type 304L.17

189-31.3 Bearing Blocks and Keeper Rings19Bearing block forgings for pin bearing assemblies shall conform to Section 9-2006.11, including AASHTO M 102 Supplemental Requirement S4. The grade shall21be Grade F. The bearing block forging surfaces in contact with other pin bearing22assembly components shall have an average surface roughness of 63-23microinches or less. All other bearing block forging surfaces shall have an24average surface roughness of 250-microinches or less.25

26Keeper ring forgings for pin bearing assemblies shall conform to Section 9-06.11,27and the grade shall be Grade H. All keeper ring surfaces shall have an average28surface roughness of 125-microinches or less.29

309-31.4 Pin Assembly31Pins shall conform to ASTM A 276 UNS Designation 21800. The pin surfaces in32contact with the bearing block shall have an average surface roughness of 63-33microinches or less.34

35Nuts shall conform to ASTM A 563 Grade DH. Nuts with a thread diameter equal36to or less than six-inches shall have a minimum Rockwell Hardness of HRc 24.37Nuts with a thread diameter greater than six-inches shall have a Rockwell38Hardness between HRc 20 and HRc 30.39

40Washers shall conform to ASTM A 572 Grade 50.41

42Cotter pins shall be stainless steel.43

449-31.5 Welded Shear Connectors45Welded shear connectors shall conform to Section 9-06.15.46

479-31.6 Bolts, Nuts and Washers48Bolts, nuts and washers shall conform to Section 9-06.5(3).49

50

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 125

9-31.7 Anchor Array Rods, Nuts and Washers1Anchor array rods, nuts and washers shall conform to Section 9-06.5(4). The top21’-0”, minimum, of the exposed end of the anchor rods, and the associated nuts3and washers, shall be galvanized in accordance with AASHTO M 232 or ASTM F42329 as applicable.5

6Pipe sleeves for anchor array templates shall conform to ASTM A 53 Grade B7Type E or S, black.8

99-31.8 Bearing Pads10

9-31.8(1) Elastomeric Pads11Elastomeric pads shall conform to the requirements of AASHTO M251 unless12otherwise specified in the Plans or Special Provisions. The elastomer shall be13low-temperature Grade 3 and shall not contain any form of wax. Unless14otherwise specified in the Plans or Special Provisions, the elastomer shall15have a shear modulus of elasticity of 165 psi at 73°F.16

17All elastomeric pads with steel laminates shall be cast as units in separate18molds and bonded and vulcanized under heat and pressure. Corners and19edges of molded pads may be rounded at the option of the Contractor. Radius20at corners shall not exceed ⅜ inch, and radius of edges shall not exceed ⅛21inch. Elastomeric pads shall be fabricated to meet the tolerances specified in22AASHTO M251.23

24Shims contained in laminated elastomeric pads shall be mill rolled steel25sheets not less than 20 gage in thickness with a minimum cover of elastomer26on all edges of:27

28¼ inch for pads less than or equal to 5 inches thick and,29

30½ inch for pads greater than 5 inches thick.31

32Steel shims shall conform to ASTM A1011, Grade 36, unless otherwise noted.33All shim edges shall be ground or otherwise treated so that no sharp edges34remain.35

369-31.8(2) Polytetrafluoroethylene (PTFE)37PTFE shall be unfilled (100-percent virgin) PTFE or fiberglass fiber filled38PTFE (or woven fabric PTFE for disc or spherical bearing assemblies)39conforming to Section 18.8 of the AASHTO LRFD Bridge Construction40Specifications, and the following additional requirements:41

421. PTFE shall be unfilled (100-percent virgin) PTFE except where filled43

PTFE is specified in the Plans.4445

2. Filled PTFE shall be composed of PTFE resin uniformly blended with4615-percent maximum fiberglass fiber.47

483. The substrate shall limit the flow (elongation) of the confined PTFE49

to not more than 0.009-inch under a pressure of 2,000 psi for 15-50minutes at 78°F for a two-inch by three-inch test sample.51

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 126

14. Unfilled PTFE shall have a hardness of 50 to 65 Durometer D, at2

78°F, in accordance with ASTM D 2240.34

5. The PTFE may be dimpled.56

9-31.8(3) Pre-Formed Fabric Pad7Pre-formed fabric pads shall be composed of multiple layers of duck,8impregnated and bound with high-quality oil resistant synthetic rubber,9compressed into resilient pads. The pre-formed fabric pads shall conform to10MIL C 882 and the following additional requirements:11

121. The pre-formed fabric pad shall have a shore A hardness of 90 ± 5 in13

accordance with ASTM D 2240.1415

2. The number of plies shall be as required to produce the specified16thickness after compression and vulcanization.17

189-31.9 Polyether Urethane19Polyether urethane shall be a molded polyether urethane compound conforming to20the following properties:21

22Physical Properties SpecificationHardness, Type D durometer ASTM D 2240 45 55 65Minimum tensile stress, ksiAt 100-percent elongationAt 200-percent elongation

ASTM D 4121.52.8

1.93.4

2.34.0

Minimum tensile strength, ksi ASTM D 412 4.0 5.0 6.0Minimum ultimate elongation,percent

ASTM D 412 350 285 220

Maximum compression set (22 hoursat 158°F) Method B, percent

ASTM D 395 40 40 40

23Required minimums for tensile stress at specific elongations, tensile strength,24ultimate elongation, and compression set may be interpolated for durometer25hardness values between 45 and 55, and 55 and 65.26

279-31.10 Silicone Grease28Silicone grease for use with dimpled PTFE shall conform to SAE AS 8660.29

309-31.11 Epoxy Gel31Epoxy gel shall be Type 1, Grade 3, Class A, B, or C, conforming to Section 9-3226.1.33

349-31.12 Resin Filler35Resin filler shall be a two-component, resin and catalyst, liquid thermoset material,36with the following properties:37

38

AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK - Revised: 8/7/17Tulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington AM - 127

1. The viscosity of the resin-catalyst mixture shall be 35,000 ± 5,000cP at175°F immediately after mixing.2

32. The flash point shall be 100°F minimum.4

53. After mixing, the resin-catalyst mixture shall be pourable for a minimum of6

8-minutes at 60°F and shall harden in 15-minutes maximum. Heating of7the mixture to a maximum temperature of 250°F after placement is8permissible to obtain a full cure.9

10The properties of the cured resin-catalyst mixture shall be:11

121. The fully cured compressive strength shall be 12,000 psi, minimum.13

142. The maximum allowable shrinkage shall be 2-percent. To control15

shrinkage, an inert filler may be used in the resin provided the specified16viscosity requirements are met.17

183. The hardness shall be between 40 and 55 in accordance with ASTM D19

2583.2021

The resin and catalyst components shall be supplied in separate containers.2223

9-35.AP924Section 9-35, Temporary Traffic Control Materials25August 7, 201726

9-35.12 Transportable Attenuator27The second sentence of the first paragraph is revised to read:28

29The transportable attenuator shall be mounted on, or attached to, a host vehicle that30complies with the manufacturer’s recommended weight range.31

329-35.14 Portable Temporary Traffic Control Signal33The last sentence of the eighth paragraph is revised to read:34

35A highly retroreflective yellow strip, 1 inch wide, shall be placed around the perimeter of36the face of all vehicle signal backplates to project a rectangular image at night toward37oncoming traffic.38

SPECIAL PROVISIONS

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 1

SPECIAL PROVISIONS12

The following Special Provisions are made a part of this contract and supersede any conflicting3provisions of the 2016 Standard Specifications for Road, Bridge and Municipal Construction, and4the foregoing Amendments to the Standard Specifications.5

6Several types of Special Provisions are included in this contract; General, Region, Bridges and7Structures, and Project Specific. Special Provisions types are differentiated as follows:8

9(date) General Special Provision10(******) Notes a revision to a General Special Provision11

and also notes a Project Specific Special12Provision.13

(Regions1 date) Region Special Provision14(BSP date) Bridges and Structures Special Provision15

16General Special Provisions are similar to Standard Specifications in that they typically apply to17many projects, usually in more than one Region. Usually, the only difference from one project to18another is the inclusion of variable project data, inserted as a “fill-in”.19

20Region Special Provisions are commonly applicable within the designated Region. Region21designations are as follows:22

23Regions24ER Eastern Region25NCR North Central Region26NWR Northwest Region27OR Olympic Region28SCR South Central Region29SWR Southwest Region30

31WSF Washington State Ferries Division32

33Bridges and Structures Special Provisions are similar to Standard Specifications in that they34typically apply to many projects, usually in more than one Region. Usually, the only difference35from one project to another is the inclusion of variable project data, inserted as a “fill-in”.36

37Project Specific Special Provisions normally appear only in the contract for which they were38developed.39

40Division 141

General Requirements4243

DESCRIPTION OF WORK44(March 13, 1995)45

46This Contract provides for the improvements to the existing diamond interchange at I-5 and47116th Street NE. The project constructs new I-5 ramps, structural earth retaining walls,48stormwater treatment facilities, signal, illumination, permanent signing, Intelligent49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 2

Transportation System, and Temporary Erosion and Sediment Control, and other work, all in1accordance with the attached Contract Plans, these Contract Provisions, and the Standard2Specifications.3

41-01 Definition and Terms5

61-01.3 Definitions7

8The tenth, eleventh, and twelfth paragraphs of Section 1-01.3 are deleted.9The following new terms and definitions are inserted after the twentieth paragraph of Section101-01.3:11

12(******)13Dates14

Bid Opening Date15The date on which the Contracting Agency publicly opens and reads the Bids.16

17Award Date18The date of the formal decision of the Contracting Agency to accept the most responsible19and responsive Bidder for the Work.20

21Contract Execution Date22The date the Contracting Agency officially binds the Agency to the Contract.23

24Notice to Proceed Date25The date stated in the Notice to Proceed on which the Contract time begins.26

27Substantial Completion Date28The day the Engineer determines the Contracting Agency has full and unrestricted use29and benefit of the facilities, both from the operational and safety standpoint, any remaining30traffic disruptions will be rare and brief, all the initial plantings are completed, and only31minor incidental work, replacement of temporary substitute facilities, plant establishment32periods, or correction or repair remains for the Physical Completion of the total Contract.33

34Physical Completion Date35The day all of the Work is physically completed on the project. All documentation required36by the Contract and required by law does not necessarily need to be furnished by the37Contractor by this date.38

39Completion Date40The day all the Work specified in the Contract is completed and all the obligations of the41Contractor under the contract are fulfilled by the Contractor. All documentation required42by the Contract and required by law must be furnished by the Contractor before43establishment of this date.44

45Final Acceptance Date46The date on which the Contracting Agency accepts the Work as complete.47

48

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 3

The following definitions in Section 1-01.3 are replaced and revised to read:12

(******)3Award4The formal decision of the Contracting Agency to accept the most responsible and responsive5Bidder for the Work.6

7Contracting Agency8Agency of Government that is responsible for the execution and administration of the Contract.9“Contracting Agency” refers to the Tulalip Tribes of Washington.10

11Engineer12The Contracting Agency’s representative who administers the construction program for the13Contracting Agency. “Engineer” shall refer to the State of Washington Department of14Transportation.15

16Inspector17The Project Engineer’s representative who inspects Contract performance in detail.18“Inspector” shall refer to the State of Washington Department of Transportation’s employee19designated to the Project.20

21Laboratory22The laboratories of the Contracting Agency, or other laboratories the Contracting Agency23authorizes to test Work, soils, and materials. “Laboratory” shall refer to the State of24Washington Department of Transportation’s Material Laboratory.25

26Project Engineer27The Engineer’s representative who directly supervises the engineering and administration of28a construction project. “Project Engineer” shall refer to the State of Washington Department29of Transportation’s employee designated to the Project.30

31Section 1-01.3 is supplemented with the following:32

33(******)34All references to “final contract voucher certification” shall be interpreted to mean the final35payment form established by the Contracting Agency.36

37The venue of all causes of action arising from the advertisement, award, execution, and38performance of the contract shall be specified by the Contracting Agency.39

40Additive41A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,42which may, at the discretion of the Contracting Agency, be awarded in addition to the base43bid.44

45Alternate46One of two or more units of work or groups of bid items, identified separately in the Bid47Proposal, from which the Contracting Agency may make a choice between different methods48or material of construction for performing the same work.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 4

Alternative Dispute Resolution1A method of resolving disputes other than arbitration or litigation.2

3Business Day4A business day is any day from Monday through Friday except holidays as listed in Section 1-508.5.6

7Contract Time8The period of time established by the terms and conditions of the Contract within which the9Work must be physically completed.10

11Construction Manager12The individual or firm responsible for providing administration, management and related13services as required to coordinate the Project, coordinate the Contractors and provide other14services identified in the Contract Documents. “Construction Manager” refers to the Tulalip15Tribes as represented by the Tulalip Tribes’ Project Manager.16

17Indian / Native American18The term “Indian or Native American” shall mean any person who is a member of a federally19recognized Indian tribe, and recognized as an Indian by the United States, pursuant to its trust20responsibility to American Indians.21

22Liquidated Damages23The sum established in the Contract Documents as the predetermined measure of damages24to be paid to the Tulalip Tribes of Washington due to the Contractor's failure to complete the25Work, or portions thereof, within stipulated times.26

27NAOB or NAOB’s28Native American Owned Business that has been certified by Tulalip TERO.29

30Notice of Intent to Award31The notice provided to the apparently successful Bidder stating that upon satisfactory32compliance with all conditions precedent for execution of the Contract Form, within the time33specified, the Tulalip Tribes of Washington intends to execute a Contract Form with the Bidder.34

35Notice to Proceed36A notice provided by the Tulalip Tribes of Washington to the Contractor authorizing the37Contractor to proceed with the Work and establishing the date for completion of the Work.38

39Preference / Preferred Employee / Hiring40The term “Preferred Employee” shall mean a person entitled to a preference in employment41under Ordinance No. 60, who must be hired in tier preference order before a non-Indian42person, whenever an opening is available.43

44Regulations / Ordinance45Shall mean the regulations implementing any Ordinance adopted by the Tulalip Tribal46Employment Rights Commission and the Tulalip Board of Directors, which is a law within the47boundaries of the reservation.48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 5

Request for Information (RFI)1Written request from the Contractor to the Tribes Representative, through the Engineer,2seeking an interpretation or clarification of the Contract Documents.3

4Reservation5Shall mean all lands and waters within the exterior boundaries of the Tulalip Indian6Reservation or within the jurisdiction of the Tulalip Tribes.7

8Samples9Physical examples furnished by the Contractor to illustrate materials, equipment or10workmanship and establish Standards by which the Work will be judged.11

12Surety13A person or entity providing a Bid Guaranty or a Bond to a Bidder or a Contractor, as14applicable, to indemnify the Tulalip Tribes of Washington against all direct and consequential15damages suffered by failure of the Bidder to enter into the Contract, or by failure of the16Contractor to perform the Contract and to pay all lawful claims of Subcontractors, Material17Suppliers and laborers, as applicable.18

19TERO20Means the “Tulalip Tribal Employment Rights Office”.21

22Traffic23Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and24equestrian traffic.25

26Tribal Court27Shall mean the tribal court of the Tulalip Tribes of Washington.28

29Tribal Entity30Means all subsidiary entities of the Tulalip Tribes and is intended to be as broad and31encompassing as possible to ensure the Ordinance’s coverage overall employment and32contract activities within the Nation’s jurisdiction and the term shall be so interpreted by the33Commission and the Courts.34

35Tribal Preference36This is the process of hiring applicants which gives tribal members a higher preference in37employment on tribally funded projects or tribal entities.38

39Tribal Member40The term “Tribal Member” and the term “Member” shall mean any person who is an enrolled41member of the Tulalip Tribes.42

43Tribe44The term “Tribe” or “Tribes” shall mean the Tulalip Tribes of Washington, unless the context45clearly indicates otherwise.46

47Tulalip TERO Code48The Tulalip “Tribal Employment Rights Office” (TERO) Code is the Tribal law which establishes49the methods and procedures to give preference to Indians in hiring promotions, training and50all other aspects of employment contracting and subcontracting and specifies the methods51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 6

and procedures for providing preference to certified NAOB’s when contracting and1subcontracting for goods or services on the Reservation.2

3Tulalip Tribes of Washington4The Contracting Agency, Owner or entity for whom the Project is being constructed.5

6Tulalip Tribes7See Tulalip Tribes of Washington.8

9Tulalip Tribes’ Project Manager10The Tulalip Tribes’ representative who provides management and oversight for the project.11

12Unit Price13An amount stated in the bid as the price per unit of measurement for materials or services14described in the Contract Documents, which cost shall include overhead, profit and any other15expense for the Work.16

17Veteran18Shall mean a person who has been honorably discharged from the active, reserve, or National19Guard armed forces of the United States including Army, Navy, Marines, Air Force, and Coast20Guard.21

22Warranty23Legally enforceable assurance of the quality and performance of materials and equipment.24

25Waters of the Tribes26"Waters of the Tribes" means all streams, lakes, ponds, wetlands, salt waters, watercourses,27waterways, wells, springs, reservoirs, aquifers, irrigation systems, drainage systems, and all28other bodies or accumulations of water, surface and underground, natural or artificial, public29or private, which are contained within, flow through, or border upon:30

a) The lands, wetlands and tidelands within the boundaries of the Tulalip Tribes31Reservation; or32

b) All lands, wetlands or tidelands outside the exterior boundaries of the Reservation33which are held in fee by the Tulalip Tribes or held in trust by the United States34government for the benefit of the Tulalip Tribes or its individual members; and35

c) All lands, wetlands, or tidelands deemed Tulalip "Indian Country" as defined in 1836U.S.C. 1151.37

38Work39The construction and services required by the Contract Documents, to include all labor,40materials, equipment and services performed or provided by the Contractor for the Project.41

4243

1-02 Bid Procedures and Conditions4445

1-02.1 Prequalification of Bidders4647

Section 1-02.1 is revised to read:484950

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 7

(******)1Prospective Bidder shall submit, or have submitted, a “Standard Questionnaire and Financial2Statement” to the Washington State Department of Transportation to determine whether or3not the Bidder is qualified to perform Highway, road, or other public work. The questionnaire4shall be sworn to before a person authorized to take oaths.5

6On the basis of this questionnaire, the Washington State Department of Transportation will7either specify the type and amount of Work it considers the prospective Bidder prequalified to8perform or advise the prospective Bidder of the reasons they failed to be prequalified. To9remain prequalified, the Bidder must submit an updated questionnaire once a year and10supplements whenever required by the Washington State Department of Transportation.11

12A submittal deadline applies to any prospective Bidder not prequalified or from whom a13supplemental questionnaire is due. To be considered a responsible Bidder for this specific14project, the questionnaire (or supplement) must be received by the Prequalification Engineer15no less than 15 days prior to the scheduled Bid opening.16

17The Contracting Agency or the Washington State Department of Transportation may withdraw18a Bidder’s prequalification or reduce its amount if:19

201. The extent of other work the Bidder has under Contract (Contracting Agency, Washington21

State Department of Transportation, or otherwise) justifies such action, or2223

2. Past or present work on a Contracting Agency or Washington State Department of24Transportation Contract has been less than satisfactory.25

26If a Bidder’s questionnaire does not contain sufficient information as determined by the27Contracting Agency and the Washington State Department of Transportation, the Contracting28Agency may declare any Bid submitted by Bidder as non-responsive. After opening Bids, the29Contracting Agency may decide that a prequalified Bidder is not responsible and may refuse30to accept the Bid on that basis. Such a refusal will be conclusive unless the Bidder appeals31pursuant to the terms of the Instructions to Bidders Section 3.6.32

33The Bidder shall ensure that the combination of the Bid amount and other Contract work with34the Contracting Agency or Washington State Department of Transportation does not exceed35the prequalification amount. If this combination does exceed the prequalification amount, the36Contracting Agency may determine the Bidder to be not responsible and refuse to Award a37Contract.38

39Two or more prospective Bidders may, in a joint venture, prequalify and Bid jointly on a single40Contract. Each shall have filed a “Standard Questionnaire and Financial Statement”. Together41they shall also file a standard form of “Individual Project Statement of Joint Venture” and a42joint venture agreement in a form acceptable to the Contracting Agency and Washington State43Department of Transportation.44

45Any joint venture and each of its members is subject to Section 1-02.14.46

47

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 8

1-02.2 Plans and Specifications12

Section 1-02.2 is deleted in its entirety. Refer to the Notice to Bidders and the Instructions3to Bidders Section 2.10.4

51-02.4 Examination of Plans, Specifications and Site of Work6

71-02.4(2) Subsurface Information8The first paragraph of Section 1-02.4(2) is revised to read:9

10(******)11If the Contracting Agency has made subsurface investigation of the site of the proposed Work,12the boring log data and soil sample test data accumulated by the Contracting Agency will be13made available for inspection by the Bidders. The boring logs, if and when included as an14appendix to the Special Provisions, shall be considered as part of the Contract. Any such15Subsurface Information are for reference use only and are provided solely to share information16available to the Contacting Agency and any use of, or reliance upon, such items by the17Contractor is at the risk of the Contractor.18

19Section 1-02.4(2) is supplemented with the following:20

21(January 2, 2012)22The soils information used for study and design of this project is available for review by23the bidder at the following location:24

25*** Appendix C ***26

27The soils information includes the following:28

29*** Geotechnical Report I-5, 116th Street NE Interchange Improvements prepared by30

PanGEO Incorporated dated November 30, 2011.3132

Supplemented Final Geotechnical Report I-5, 116th Street NE Interchange33Improvements prepared by PanGEO Incorporated dated July 18, 2012.34

35Final Geotechnical Report, Bridge Only - I-5 116th Street NE Interchange36Improvements prepared by PanGEO Incorporated dated July 10, 2013 ***37

381-02.5 Proposal Forms39Section 1-02.5 is deleted in its entirety.40

411-02.6 Preparation of Proposal42The first paragraph of Section 1-02.6 is revised to read:43

44(******)45The Contracting Agency will accept only those Proposals properly executed on the forms it46provides.47

48The third paragraph of Section 1-02.6 is revised to read:49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 9

(******)1In the space provided on the Bid Proposal Form, the Bidder shall confirm that all Addenda2have been received.3

4The fourth paragraph of Section 1-02.6 is deleted in its entirety.5

6Section 1-02.6 is supplemented with the following:7

8(******)9Progress Schedule Minimum Bid10A minimum bid of $20,000 lump sum has been established for the item “Type B Progress11Schedule.” The Contractor’s bid shall equal or exceed that amount. If the Contractor’s bid is12less than the minimum specified amount, the Contracting Agency will unilaterally revise the13bid amount to the minimum specified amount and recalculate the Contractor’s total bid14amount. The corrected total bid amount will be used by the Contracting Agency for award15purposes and to fix the amount of the contract bond.16

171-02.7 Bid Deposit18Section 1-02.7 is deleted in its entirety.19

201-02.9 Delivery of Proposal21Section 1-02.9 is deleted in its entirety.22

231-02.10 Withdrawing, Revising, or Supplementing Proposal24Section 1-02.10 is deleted in its entirety.25

261-02.11 Combination and Multiple Proposals27Section 1-02.11 is deleted in its entirety.28

291-02.12 Public Opening of Proposals30Section 1-02.12 is deleted in its entirety.31

321-02.15 Pre Award Information33

34(August 14, 2013 APWA GSP)35

36Revise this section to read:37

38Before awarding any contract, the Contracting Agency may require one or more of these items39or actions of the most responsive and responsible bidder:40

1. A complete statement of the origin, composition, and manufacture of any or all41materials to be used,42

2. Samples of these materials for quality and fitness tests,433. A progress schedule (in a form the Contracting Agency requires) showing the order44

of and time required for the various phases of the work,454. A breakdown of costs assigned to any bid item,465. Attendance at a conference with the Engineer or representatives of the Engineer,476. Obtain a Tulalip Tribes Business License to do business on the Tulalip Indian48

Reservation,497. Obtain, and furnish a copy of, a business license to do business in the city or county50

where the work is located.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 10

8. Any other information or action taken that is deemed necessary to ensure that the1bidder is the lowest responsible bidder.2

31-03 Award and Execution of Contract4

51-03.1 Consideration of Bids6Section 1-03.1 is deleted in its entirety.7

81-03.2 Award of Contract9Section 1-03.2 is deleted in its entirety.10

111-03.3 Execution of Contract12Section 1-03.3 is deleted in its entirety.13

141-03.4 Contract Bond15Section 1-03.4 is deleted in its entirety.16

171-03.5 Failure to Execute Contract18Section 1-03.5 is deleted in its entirety.19

201-03.6 Return of Bid Deposit21Section 1-03.6 is deleted in its entirety.22

231-03.7 Judicial Review24Section 1-03.7 is deleted in its entirety.25

261-04 Scope of the Work27

281-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and29Addenda30The second paragraph of Section 1-04.2 is revised to read:31

32(******)33Any inconsistency in the parts of the Contract shall be resolved by following this order of34precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):35

361. Addenda,372. Proposal Form,383. Division 0 – Bidding Requirements,394. Special Provisions,405. Contract Form,416. Contract Plans,427. Amendments to the Standard Specifications,438. Standard Specifications,449. Contracting Agency’s Standard Plans or Details (if any), and4510. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.46

471-04.4 Changes48Section 1-04.4 is revised to read:49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 11

1(******)2The Engineer, with the approval of the Contracting Agency, reserves the right to make, at any3time during the Work, such changes in quantities and such alterations in the Work as are4necessary to satisfactorily complete the project. Such changes in quantities and alterations5shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform6the Work as altered. Among others, these changes and alterations may include:7

81. Deleting any part of the Work.92. Increasing or decreasing quantities.103. Altering Specifications, designs, or both.114. Altering the way the Work is to be done.125. Adding new Work.136. Altering facilities, equipment, materials, services, or sites, provided by the Contracting14

Agency.157. Ordering the Contractor to speed up or delay the Work.16

17The Engineer, with the approval of the Contracting Agency, will issue a written change order18for any change unless the remainder of this Section provides otherwise.19

20If the alterations or changes in quantities significantly change the character of the Work under21the Contract, whether or not changed by any such different quantities or alterations, an22adjustment, excluding loss of anticipated profits, will be made to the Contract. The basis for23the adjustment shall be agreed upon prior to the performance of the Work. If a basis cannot24be agreed upon, then an adjustment will be made either for or against the Contractor in such25amount as the Engineer may determine to be fair and equitable, with the approval of the26Contracting Agency. If the alterations or changes in quantities do not significantly change the27character of the Work to be performed under the Contract, the altered Work will be paid for as28provided elsewhere in the Contract. The term significant change shall be construed to apply29only to the following circumstances:30

31A. When the character of the Work as altered differs materially in kind or nature from that32

involved or included in the original proposed construction; or33B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of34

125 percent or decreased below 75 percent of the original Contract quantity. For the35purpose of this Section, an item of Work will be defined as any item that qualifies for36adjustment under the provisions of Section 1-04.6.37

38For item 1, an equitable adjustment for deleted Work will be made as provided in Section 1-3909.5.40

41For item 2, if the actual quantity of any item, exclusive of added or deleted amounts included42in agreed change orders, increases or decreases by more than 25 percent from the original43Plan quantity, the unit Contract prices for that item may be adjusted in accordance with Section441-04.6.45

46For any changes except item 1 (deleted Work) or item 2 (increasing or decreasing quantities),47the Engineer and the Contracting Agency, will determine if the change should be paid for at48unit Contract price(s). If the Engineer and the Contracting Agency determines that the change49increased or decreased the Contractor’s costs or time to do any of the Work including50unchanged Work, the Engineer and the Contracting Agency will make an equitable adjustment51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 12

to the Contract. The equitable adjustment will be by agreement with the Contractor. However,1if the parties are unable to agree, the Engineer and the Contracting Agency will determine the2amount of the equitable adjustment in accordance with Section 1-09.4 and adjust the time as3the Engineer and the Contracting Agency deem appropriate. Extensions of time will be4evaluated in accordance with Section 1-08.8. The Engineer’s and Contracting Agency’s5decision concerning equitable adjustment and extension of time shall be final as provided in6Section 1-05.1.7

8The Contractor shall proceed with the Work upon receiving:91. A written change order approved by the Engineer and Contracting Agency, or102. An oral order from the Project Engineer and Contracting Agency before actually11

receiving the written change order.1213

Changes normally noted on field stakes or variations from estimated quantities, except14as provided in subparagraph A or B above, will not require a written change order. These15changes shall be made at the unit prices that apply. The Contractor shall respond immediately16to changes shown on field stakes without waiting for further notice.17

18The Contractor shall obtain written consent of the Surety or Sureties if the Engineer or19Contracting Agency requests such consent.20

21The Contracting Agency has a policy for the administration of cost reduction alternatives22proposed by the Contractor. The Contractor may submit proposals for changing the Plans,23Specifications, or other requirements of the Contract. These proposals must reduce the cost24or time required for construction of the project. When determined appropriate by the25Contracting Agency, the Contractor will be allowed to share the savings.26

27Guidelines for submitting Cost Reduction Incentive Proposals are available at the Project28Engineer’s office. The actions and requirements described in the guidelines are not part of the29Contract. The guidelines requirements and the Contracting Agency’s decision to accept30or reject the Contractor’s proposal are not subject to arbitration under the arbitration clause31or otherwise subject to litigation.32

331-05 Control of Work34

351-05.1 Authority of the Engineer36Section 1-05.1 is revised to read:37

38(******)39The Engineer and the Contracting Agency shall be satisfied that all the Work is being done in40accordance with the requirements of the Contract. The Contract and Specifications give the41Engineer and the Contracting Agency authority over the Work. Whenever it is so provided in42this Contract, the decision of the Engineer and Contracting Agency shall be final: provided,43however, that if an action is brought within the time allowed in this Contract challenging the44Engineer’s and Contracting Agency’s decision, that decision shall be subject to the45scope of judicial review provided in such cases under Washington case law.46

47The Engineer’s and Contracting Agency’s decisions will be final on all questions including, but48not limited to, the following:49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 13

1. Quality and acceptability of materials and Work,12. Measurement of unit price Work,23. Acceptability of rates of progress on the Work,34. Interpretation of Plans and Specifications,45. Determination as to the existence of changed or differing site conditions,56. Fulfillment of the Contract by the Contractor,67. Payments under the Contract including equitable adjustment,78. Suspension(s) of Work,89. Termination of the Contract for default or public convenience,910. Determination as to unworkable days, and1011. Approval of Working Drawings.11

12The Project Engineer represents the Engineer on the project, with full authority to enforce13Contract requirements and carry out the Engineer’s and Contracting Agency’s orders. If the14Contractor fails to respond promptly to the requirements of the Contract or orders from the15Engineer and Contracting Agency:16

171. The Project Engineer may use Contracting Agency resources, other contractors, or18

other means to accomplish the Work; and192. The Contracting Agency will not be obligated to pay the Contractor, and will deduct from20

the Contractor’s payments any costs that result when any other means are used to carry21out the Contract requirements or Engineer’s orders.22

23At the Contractor’s risk, the Project Engineer with approval of the Contracting Agency may24suspend all or part of the Work according to Section 1-08.6.25

26Nothing in these Specifications or in the Contract requires the Engineer or Contracting Agency27to provide the Contractor with direction or advice on how to do the Work. If the Engineer or28Contracting Agency approves or recommends any method or manner for doing the Work or29producing materials, the approval or recommendation shall not:30

311. Guarantee that following the method or manner will result in compliance with32

the Contract,332. Relieve the Contractor of any risks or obligations under the Contract, or343. Create any Contracting Agency liability.35

361-05.4 Conformity With And Deviations From Plans And Stakes37Section 1-05.4 is supplemented with the following:38

39(******)40Contractor Surveying - Structure41Copies of the Contracting Agency provided primary survey control data are available for the42bidder's inspection at the office of the Contracting Agency.43

44The Contractor shall be responsible for setting, maintaining, and resetting all alignment45stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and46retaining walls. Except for the survey control data to be furnished by the Contracting Agency,47calculations, surveying, and measuring required for setting and maintaining the necessary48lines and grades shall be the Contractor's responsibility.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 14

The Contractor shall inform the Engineer when monuments are discovered that were not1identified in the Plans and construction activity may disturb or damage the monuments. All2monuments noted on the Plans “DO NOT DISTURB” shall be protected throughout the length3of the project or be replaced at the Contractors expense.4

5Detailed survey records shall be maintained, including a description of the work performed on6each shift, the methods utilized, and the control points used. The record shall be adequate to7allow the survey to be reproduced. A copy of each day's record shall be provided to the8Engineer within 3 working days after the end of the shift.9

10The meaning of words and terms used in this provision shall be as listed in "Definitions of11Surveying and Associated Terms" current edition, published by the American Congress on12Surveying and Mapping and the American Society of Civil Engineers.13

14The survey work by the Contractor shall include but not be limited to the following:15

161. Verify the primary horizontal and vertical control furnished by the Contracting17

Agency, and expand into secondary control by adding stakes and hubs as well as18additional survey control needed for the project. Provide descriptions of secondary19control to the Contracting Agency. The description shall include coordinates and20elevations of all secondary control points.21

222. Establish, by placing hubs and/or marked stakes, the location with offsets of23

foundation shafts and piles.2425

3. Establish offsets to footing centerline of bearing for structure excavation.2627

4. Establish offsets to footing centerline of bearing for footing forms.2829

5. Establish wing wall, retaining wall, and noise wall horizontal alignment.3031

6. Establish retaining wall top of wall profile grade.3233

7. Establish elevation benchmarks for all substructure formwork.3435

8. Check elevations at top of footing concrete line inside footing formwork immediately36prior to concrete placement.37

389. Check column location and pier centerline of bearing at top of footing immediately39

prior to concrete placement.4041

10. Establish location and plumbness of column forms, and monitor column plumbness42during concrete placement.43

4411. Establish pier cap and crossbeam top and bottom elevations and centerline of45

bearing.4647

12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing48prior to and during concrete placement.49

5013. Establish grout pad locations and elevations.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 15

114. Establish structure bearing locations and elevations, including locations of anchor2

bolt assemblies.34

15. Establish box girder bottom slab grades and locations.56

16. Establish girder and/or web wall profiles and locations.78

17. Establish diaphragm locations and centerline of bearing.910

18. Establish roadway slab alignment, grades and provide dimensions from top of girder11to top of roadway slab. Set elevations for deck paving machine rails.12

1319. Establish traffic barrier and curb profile.14

1520. Profile all girders prior to the placement of any deadload or construction live load16

that may affect the girder's profile.1718

The Contractor shall provide the Contracting Agency copies of any calculations and staking19data when requested by the Engineer.20

21To facilitate the establishment of these lines and elevations, the Contracting Agency will22provide the Contractor with the following primary survey and control information:23

241. Descriptions of two primary control points used for the horizontal and vertical25

control. Primary control points will be described by reference to the project26alignment and the coordinate system and elevation datum utilized by the project. In27addition, the Contracting Agency will supply horizontal coordinates for the beginning28and ending points and for each Point of Intersection (PI) on each alignment included29in the project.30

312. Horizontal coordinates for the centerline of each bridge pier.32

333. Computed elevations at top of bridge roadway decks at one-tenth points along34

centerline of each girder web. All form grades and other working grades shall be35calculated by the Contractor.36

37The Contractor shall give the Contracting Agency 3 weeks notification to allow adequate time38to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying39accuracy within the following tolerances:40

41Vertical Horizontal42

1. Stationing on structures ±0.02 feet432. Alignment on structures ±0.02 feet443. Superstructure elevations ±0.01 feet45

variation from46plan elevation47

4. Substructure ±0.02 feet48variation from49Plan grades.50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 16

1The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will2not change the requirements for normal checking by the Contractor.3

4When staking the following items, the Contractor shall perform independent checks from5different secondary control to ensure that the points staked for these items are within the6specified survey accuracy tolerances:7

8Piles9Shafts10Footings11Columns12

13The Contractor shall calculate coordinates for the points associated with piles, shafts, footings14and columns. The Contracting Agency will verify these coordinates prior to issuing approval15to the Contractor for commencing with the survey work. The Contracting Agency will require16up to 7 calendar days from the date the data is received to issuing approval.17

18Contract work to be performed using contractor-provided stakes shall not begin until the19stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor20of responsibility for the accuracy of the stakes.21

22Payment23Payment will be made in accordance with Section 1-04.1 for the following bid item when24included in the proposal:25

26"Structure Surveying", lump sum.27

28The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment,29materials, and supervision utilized to perform the Work specified, including any resurveying,30checking, correction of errors, replacement of missing or damaged stakes, and coordination31efforts.32

33(******)34Contractor Surveying - Roadway35Copies of the Contracting Agency provided primary survey control data are available for the36bidder's inspection at the office of the Contracting Agency.37

38The Contractor shall be responsible for setting, maintaining, and resetting all alignment39stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,40surfacing, paving, channelization and pavement marking, illumination and signals, guardrails41and barriers, and signing. Except for the survey control data to be furnished by the Contracting42Agency, calculations, surveying, and measuring required for setting and maintaining the43necessary lines and grades shall be the Contractor's responsibility.44

45The Contractor shall inform the Engineer when monuments are discovered that were not46identified in the Plans and construction activity may disturb or damage the monuments. All47monuments noted on the Plans “DO NOT DISTURB” shall be protected throughout the length48of the project or be replaced at the Contractors expense.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 17

Detailed survey records shall be maintained, including a description of the work performed on1each shift, the methods utilized, and the control points used. The record shall be adequate to2allow the survey to be reproduced. A copy of each day's record shall be provided to the3Engineer within 3 working days after the end of the shift.4

5The meaning of words and terms used in this provision shall be as listed in "Definitions of6Surveying and Associated Terms" current edition, published by the American Congress on7Surveying and Mapping and the American Society of Civil Engineers.8

9The survey work shall include but not be limited to the following:10

111. Verify the primary horizontal and vertical control furnished by the Contracting12

Agency, and expand into secondary control by adding stakes and hubs as well as13additional survey control needed for the project. Provide descriptions of secondary14control to the Contracting Agency. The description shall include coordinates and15elevations of all secondary control points.16

172. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on18

centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at19points on the alignments spaced no further than 50 feet.20

213. Establish clearing limits, placing stakes at all angle points and at intermediate points22

not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond23the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the24Plans.25

264. Establish grading limits, placing slope stakes at centerline increments not more than27

50 feet apart. Establish offset reference to all slope stakes. If Global Positioning28Satellite (GPS) Machine Controls are used to provide grade control, then slope29stakes may be omitted at the discretion of the Contractor.30

315. Establish the horizontal and vertical location of all drainage features, placing offset32

stakes to all drainage structures and to pipes at a horizontal interval not greater33than 25 feet.34

356. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade36

and at the top of each course of surfacing. Subgrade and surfacing stakes shall be37set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in38curve sections with a radius less than 300 feet, and at 10-foot intervals in39intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed40at all locations where the roadway slope changes and at additional points such that41the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls42are used to provide grade control, then roadbed and surfacing stakes may be43omitted at the discretion of the Contractor.44

457. Establish intermediate elevation benchmarks as needed to check work throughout46

the project.4748

8. Provide references for paving pins at 25-foot intervals or provide simultaneous49surveying to establish location and elevation of paving pins as they are being50placed.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 18

19. For all other types of construction included in this provision, (including but not limited2

to channelization and pavement marking, illumination and signals, guardrails and3barriers, and signing) provide staking and layout as necessary to adequately locate,4construct, and check the specific construction activity.5

610. The Contractor shall collect additional topographic survey data as needed in order7

to match into existing roadways. The Contractor shall determine if changes are8needed to the profiles or roadway sections shown in the Contract Plans in order to9achieve proper smoothness and drainage where matching into existing features,10such as a smooth transition from new pavement to existing pavement. The11Contractor shall submit these changes to the Project Engineer for review and12approval 10 days prior to the beginning of work.13

14The Contractor shall provide the Contracting Agency copies of any calculations and staking15data when requested by the Engineer.16

17To facilitate the establishment of these lines and elevations, the Contracting Agency will18provide the Contractor with primary survey control information consisting of descriptions of19two primary control points used for the horizontal and vertical control, and descriptions of two20additional primary control points for every additional three miles of project length. Primary21control points will be described by reference to the project alignment and the coordinate22system and elevation datum utilized by the project. In addition, the Contracting Agency will23supply horizontal coordinates for the beginning and ending points and for each Point of24Intersection (PI) on each alignment included in the project.25

26The Contractor shall ensure a surveying accuracy within the following tolerances:27

28Vertical Horizontal29

Slope stakes ±0.10 feet ±0.10 feet30Subgrade grade stakes set31 0.04 feet below grade ±0.01 feet ±0.5 feet32

(parallel to alignment)33±0.1 feet34(normal to alignment)35

36Stationing on roadway N/A ±0.1 feet37Alignment on roadway N/A ±0.04 feet38Surfacing grade stakes ±0.01 feet ±0.5 feet39

(parallel to alignment)40±0.1 feet41(normal to alignment)42

43Roadway paving pins for44 surfacing or paving ±0.01 feet ±0.2 feet45

(parallel to alignment)46±0.1 feet47(normal to alignment)48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 19

The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will1not change the requirements for normal checking by the Contractor.2

3When staking roadway alignment and stationing, the Contractor shall perform independent4checks from different secondary control to ensure that the points staked are within the5specified survey accuracy tolerances.6

7The Contractor shall calculate coordinates for the alignment. The Contracting Agency will8verify these coordinates prior to issuing approval to the Contractor for commencing with the9work. The Contracting Agency will require up to seven 7 calendar days from the date the data10is received.11

12Contract work to be performed using contractor-provided stakes shall not begin until the13stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor14of responsibility for the accuracy of the stakes.15

16Stakes shall be marked in accordance with Standard Plan A-10.10. When stakes are needed17that are not described in the Plans, then those stakes shall be marked, at no additional cost18to the Contracting Agency as ordered by the Engineer.19

20Payment21Payment will be made in accordance with Section 1-04.1 for the following bid item when22included in the proposal:23

24"Roadway Surveying", lump sum.25

26The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,27materials, and supervision utilized to perform the Work specified, including any resurveying,28checking, correction of errors, replacement of missing or damaged stakes, and coordination29efforts.30

31(******)32Licensed Surveyors33The Contractor shall be responsible for reestablishing or locating legal survey markers such34as GLO monuments or property corner monuments, conduct boundary surveys to determine35Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records36as necessary to determine these boundaries. The Contracting Agency will provide “rights of37entry” as needed by the Contractor to perform the work.38

39The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated40by the Engineer.41

42The Contractor shall inform the Engineer when monuments are discovered that were not43identified in the Plans and construction activity may disturb or damage the monuments. All44monuments noted on the Plans “DO NOT DISTURB” shall be protected throughout the length45of the project or be replaced at Contractors expense.46

47When required, the Contractor shall prepare and file a Record of Survey map in accordance48with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting49Agency will provide all existing base maps, existing horizontal and vertical control, and other50material available with Washington State Plane Coordinate information to the Contractor. The51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 20

Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly1identifying the limits of the areas to be surveyed. The Contractor shall establish Washington2State Plane Coordinates on all points required in the Record of Survey and other points3designated in the Contract documents.4

5Existing right of way documentation, existing base maps, existing horizontal and vertical6control descriptions, maps, plan sheets, aerial photographs and all other available material7may be viewed by prospective bidders at the office of the Contracting Agency.8

9The Contractor shall perform all of the necessary calculations for the contracted survey work10and shall provide copies of these calculations to the Contracting Agency. Electronic files of all11survey data shall be provided and in a format acceptable to the Contracting Agency.12

13All survey work performed by the Contractor shall conform to all applicable sections of the14Revised Code of Washington and the Washington Administrative Code.15

16The Contractor shall provide all traffic control, signing, and temporary traffic control devices in17order to provide a safe work zone.18

19Payment20Payment will be made in accordance with Section 1-09.6 for the following bid item when21included in the proposal:22

23“Licensed Surveying”, Force Account.24For the purpose of providing a common proposal for all bidders, the Contracting Agency25has entered an amount for the item "Licensed Surveying" in the bid proposal to become26a part of the total bid by the Contractor.27

28(April 3, 2017)29Contractor Surveying – ADA Features30

31ADA Feature Staking Requirements32The Contractor shall be responsible for setting, maintaining, and resetting all alignment33stakes, and grades necessary for the construction of the ADA features. Calculations,34surveying, and measuring required for setting and maintaining the necessary lines and35grades shall be the Contractor's responsibility. The Contractor shall build the ADA36features within the specifications in the Standard Plans and contract documents.37

38ADA Feature As-Built Measurements39The Contractor shall be responsible for providing As-Built records of all ADA feature40improvements completed in the Contract.41

42The survey work shall include but not be limited to completing the measurements,43recording the required measurements and completing other data fill-ins found on the44ADA As-Built Forms, and transmitting the Forms to the Engineer. The ADA As-Built45Forms are found at the following website location:46

47http://www.wsdot.wa.gov/Design/ADAGuidance.htm48

49The transmittal letter shall include a statement signed by the Contractor certifying the50accuracy of the measurements.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 21

1In the instance where an ADA Feature does not meet accessibility requirements, all work2to replace non-conforming work and then to measure, record the as-built measurements,3and transmit the Forms to the Engineer shall be completed at no additional cost to the4Contracting Agency, as ordered by the Engineer.5

6Payment7Payment will be made for the following bid item that is included in the Proposal:8

9"ADA Features Surveying", lump sum.10

11The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the12Work as specified.13

141-05.14 Cooperation With Other Contractors15Section 1-05.14 is supplemented with the following:16

17(******)18Other Contracts Or Other Work19It is anticipated that the following work adjacent to or within the limits of this project will be20performed by others during the course of this project and will require coordination of the work:21

22WSDOT C-9028 “I-5 Ebey Slough Bridge to SR 531 I/C – Paving & ADA Compliance”23Spring 2017 through Fall 2017, Contact Mark Sawyer, (425) 225-879924

25WSDOT “SR 528/55th Dr NE Vic to 83rd Ave NE Vic – Paving & ADA”, Approximately26May 2017 through October 2017, Contact Dave Lindberg, (425) 225-872527

28WSDOT “Sr529/Northbound Steamboat Slough Bridge – Painting”, Approximately May292017 through April 2018, Contact Mark Sawyer, (425) 225-879930

31City of Marysville “1st Street Improvement Project”, Approximately May 2017 through32September 2017, Contact Jeff Laycock, (360) 363-810033

34City of Marysville “State Ave Intersection Safety Improvements”, Approximately May352017 through October 2017, Contact Jeff Laycock, (360) 363-810036

371-06 Control of Material38Section 1-06 is supplemented with the following:39

40Buy America41

42(August 6, 2012)43In accordance with Buy America requirements contained in 23 CFR 635.410, the major44quantities of steel and iron construction material that is permanently incorporated into the45project shall consist of American-made materials only. Buy America does not apply to46temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and47falsework.48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 22

Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the1foreign material used does not exceed one-tenth of one percent of the total contract cost or2$2,500.00, whichever is greater.3

4American-made material is defined as material having all manufacturing processes occurring5domestically. To further define the coverage, a domestic product is a manufactured steel6material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or7in the territories and possessions of the United States.8

9If domestically produced steel billets or iron ingots are exported outside of the area of10coverage, as defined above, for any manufacturing process then the resulting product does11not conform to the Buy America requirements. Additionally, products manufactured12domestically from foreign source steel billets or iron ingots do not conform to the Buy America13requirements because the initial melting and mixing of alloys to create the material occurred14in a foreign country.15

16Manufacturing begins with the initial melting and mixing, and continues through the coating17stage. Any process which modifies the chemical content, the physical size or shape, or the18final finish is considered a manufacturing process. The processes include rolling, extruding,19machining, bending, grinding, drilling, welding, and coating. The action of applying a coating20to steel or iron is deemed a manufacturing process. Coating includes epoxy coating,21galvanizing, aluminizing, painting, and any other coating that protects or enhances the value22of steel or iron. Any process from the original reduction from ore to the finished product23constitutes a manufacturing process for iron.24

25Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys),26scrap (recycled steel or iron), and pig iron ore processed, pelletized, and reduced iron ore.27

28The following are considered to be steel manufacturing processes:29

301. Production of steel by any of the following processes:31

32a. Open hearth furnace.33

34b. Basic oxygen.35

36c. Electric furnace.37

38d. Direct reduction.39

402. Rolling, heat treating, and any other similar processing.41

423. Fabrication of the products.43

44a. Spinning wire into cable or strand.45

46b. Corrugating and rolling into culverts.47

48c. Shop fabrication.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 23

A certification of materials origin will be required for any items comprised of, or containing,1steel or iron construction materials prior to such items being incorporated into the permanent2work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such3other form the Contractor chooses, provided it contains the same information as DOT Form4350-109EF.5

67

1-07 Legal Relations and Responsibilities to the Public89

1-07.1 Laws to be Observed10The first three paragraphs of Section 1-07.1 are revised to read:11

12(******)13The Contractor shall always comply with all Federal, State, Tribal, or local laws, ordinances,14and regulations that affect Work under the Contract. The Contractor shall indemnify, defend,15and save harmless The Tulalip Tribes (including its Board of Directors and all other officers16and employees) and the State (including the Governor, Commission, Secretary, and any17agents, officers, and employees) against any claims that may arise because the Contractor18(or any employee of the Contractor or Subcontractor or material person) violated a legal19requirement.20

21The Contractor shall be responsible to immediately report to the Engineer any deviation from22the contract provisions pertaining to environmental compliance, including but not limited to23spills, unauthorized fill in waters of the Tribes including wetlands, unauthorized fill in waters24of the State including wetlands, water quality standards, noise, air quality, etc.25

26The Contractor shall be responsible for the safety of all workers and shall comply with all27appropriate state safety and health standards, codes, rules, and regulations, including, but28not limited to, those promulgated under the Washington Industry Safety and Health Act29RCW 49.17 (WISHA) and as set forth in Title 296 WAC (Department of Labor and Industries).30In particular the Contractor’s attention is drawn to the requirements of WAC 296.800 which31requires employers to provide a safe workplace. More specifically WAC 296.800.1102532prohibits alcohol and narcotics from the workplace. The Contractor shall likewise be obligated33to comply with all federal safety and health standards, codes, rules, and regulations that may34be applicable to the Contract Work.35

36Section 1-07.1 is supplemented with the following:37

38(******)39Indian Preference and Tribal Ordinances40

41This project is located on the Tulalip Indian Reservation. It is the Contractor’s responsibility to42comply with all applicable Tribal laws, codes, ordinances, and regulations. The Contractor43shall comply with them in accordance with Section 1-07.1. For informational purposes only,44the Work on this project that falls within the Reservation is shown in the bid schedule in45Group(s) Schedule A – TULALIP TRIBES, Schedule A - WSDOT (Within Reservation46Boundary), Schedule B – WSDOT (outside the Reservation Boundary), Schedule C –47Marysville, Schedule D – TULALIP TRIBES Utilities.48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 24

Tribal Employment Rights Ordinances (TEROs), may utilize a variety of tools to encourage1Indian employment. These tools may include, but are not limited to, TERO fees, Indian hiring2preference, Indian-owned business subcontracting preference and/or an Indian training3requirement. Other requirements may be a Tribal business license, a required compliance4plan and/or employee registration requirements. Every tribe is different and each may be5willing to work cooperatively with the Contractor to develop a strategy that works for both6parties. For specific details, the Contractor should contact The Tulalip Tribes’ TERO Department7at 6406 Marine Drive, Tulalip, Washington 98271, Office (360) 716-4747 or Facsimile (360)8716-0249. http://www.tulaliptero.com/ .9

10The Tulalip Tribes of Washington has the sovereign authority over the lands of the Tulalip11Indian Reservation and has the authority to enact and enforce its laws, ordinances codes and12regulations. The Contractor shall comply and cooperate with the Tribes and its13representatives. The costs related to such compliance shall be borne solely by the Contractor,14who is advised to contact the tribal representative listed above, prior to submitting a bid, to15assess the impact of compliance on the project.16

17Although Indian preference can be compelled and mandated by the Contracting Agency, there18is no limitation whereby voluntary Contractor or Subcontractor initiated preferences are given,19if otherwise lawful. 41 CFR 60-1.5(a)7 provides as follows:20

21Work on or near Indian reservations --- It shall not be a violation of the equal opportunity22clause for a construction or non-construction Contractor to extend a publicly announced23preference in employment to Indians living on or near an Indian reservation in connection with24employment opportunities on or near an Indian reservation. The use of the word near would25include all that area where a person seeking employment could reasonably be expected to26commute to and from in the course of a work day. Contractors or Subcontractors extending27such a preference shall not, however, discriminate among Indians on the basis of religion,28sex, or tribal affiliation, and the use of such a preference shall not excuse a Contractor from29complying with the other requirements as contained in the August 25, 1981 Department of30Labor, Office of Federal Contract Compliance Programs, Government Contractors Affirmative31Actions Requirements.32

33TERO Participation shall be evaluated as follows:34

35Counting Tulalip Tribal Member Native American Owned Business or Native American36Owned Business Participation37

38When a Tulalip Tribal Member NAOB or NAOB participates in a contract, only the value39of the work actually performed by the Tulalip Tribal Member NAOB or NAOB will be40counted towards the Tulalip Tribal Member NAOB or NAOB subcontracting requirement.41

421. Count the entire amount of the portion of the contract that is performed by the Tulalip43

Tribal owned or Indian-owned enterprise or organization’s own forces. Include the44cost of supplies and materials obtained by the Tulalip Tribal Member NAOB or45NAOB for the work of the contract, including supplies purchased or equipment46leased by the Tulalip Tribal Member NAOB or NAOB (except supplies and47equipment the lower-tiered Tulalip Tribal Member NAOB or NAOB purchases or48leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also49a Tulalip Tribal Member NAOB or NAOB). Work performed by a Tulalip Tribal50Member NAOB or NAOB, utilizing resources of the Prime Contractor or its affiliates51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 25

will not be counted toward Tulalip Tribal-owned or Indian owned enterprise or1organization goals. In very rare situations, a Tulalip Tribal Member NAOB or NAOB2may utilize equipment and or personnel from a non-Tulalip Tribal Member NAOB or3NAOB other than the Prime Contractor or its affiliates. Should this situation arise,4the arrangement must be short-term and must have prior written approval from the5Contracting Agency. The arrangement must not erode a Tulalip Tribal Member6NAOB or NAOB’s ability to perform a Commercially Useful Function (See7discussion of CUF, below).8

92. Count the entire amount of fees or commissions charged by a Tulalip Tribal Member10

NAOB or NAOB firm for providing a bona fide service, such as professional,11technical, consultant, or managerial services, or for providing bonds or insurance.12

133. When a Tulalip Tribal Member NAOB or NAOB subcontracts part of the work of its14

contract to another firm, the value of the subcontracted work may be counted toward15the Tulalip Tribal Member NAOB or NAOB requirement only if the Tulalip Tribal16Member NAOB or NAOB’s lower tier subcontractor is also a Tulalip Tribal Member17NAOB or NAOB. Work that a Tulalip Tribal Member NAOB or NAOB subcontracts18to a non-Tulalip Tribal Member NAOB or NAOB does not count toward the Tulalip19Tribal Member NAOB or NAOB contracting requirement.20

214. When a non-Tulalip Tribal Member NAOB or NAOB subcontractor further22

subcontracts to a lower-tier subcontractor or supplier who is a certified Tulalip Tribal23owned or Indian-owned enterprise or organization, then that portion of the work24further subcontracted may be counted toward the Tulalip Tribal Member NAOB or25NAOB requirement, so long as it is a distinct clearly defined portion of the work of26the subcontract that the Tulalip Tribal Member NAOB or NAOB is performing in a27commercially useful function with its own forces.28

295. Continue to count the work subcontracted to a decertified Tulalip Tribal-owned or30

Indian owned enterprise or organization after decertification, provided the prime31contractor had a subcontract in force before the decertification and the prime32contractor’s actions did not influence the Tulalip Tribal-owned or Indian-owned33enterprise’s or organization’s decertification.34

35Commercially Useful Function36

37Payments to a Tulalip Tribal Member NAOB or NAOB will count toward Tulalip Tribal38Member NAOB or NAOB requirements only if the Tulalip Tribal Member NAOB or NAOB39is performing a commercially useful function on the contract.40

411. A Tulalip Tribal Member NAOB or NAOB performs a commercially useful function42

when it is responsible for execution of the work of the contract and is carrying out43its responsibilities by actually performing, managing, and supervising the work44involved. To perform a commercially useful function, the Tulalip Tribal Member45NAOB or NAOB must also be responsible, with respect to materials and supplies46used on the contract, for negotiating price, determining quality and quantity,47ordering the material, installing (if applicable) and paying for the material itself. Two48party checks are not allowed.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 26

2. A Tulalip Tribal Member NAOB or NAOB does not perform a commercially useful1function if its role is limited to that of an extra participant in a transaction, contract,2or project through which funds are passed in order to obtain the appearance of3Tulalip Tribal Member NAOB or NAOB participation.4

5Trucking6Use the following factors in determining whether a Tulalip Tribal Member NAOB or NAOB7trucking company is performing a commercially useful function:8

91. The Tulalip Tribal Member NAOB or NAOB must be responsible for the10

management and supervision of the entire trucking operation for which it is listed11on a particular contract.12

132. The Tulalip Tribal Member NAOB or NAOB must itself own and, with its own14

workforce, operate at least one fully licensed, insured, and operational truck used15on the contract.16

173. The Tulalip Tribal Member NAOB or NAOB receives credit only for the total value18

of the transportation services it provides on the contract using trucks it owns or19leases, licenses, insures, and operates with drivers it employs.20

214. For purposes of this paragraph a lease must indicate that the Tulalip Tribal-owned22

or Indian owned enterprise or organization has exclusive use of and control over23the truck. This does not preclude the leased truck from working for others during24the term of the lease with the consent of the Tulalip Tribal Member NAOB or NAOB,25so long as the lease gives the Tulalip Tribal Member NAOB or NAOB absolute26priority for use of the leased truck. Leased trucks must display the name and27identification number of the Tulalip Tribal Member NAOB or NAOB.28

295. The Tulalip Tribal Member NAOB or NAOB may lease trucks from another Tulalip30

Tribal Member NAOB or NAOB and may enter an agreement with an owner-31operator who is certified as a Tulalip Tribal Member NAOB or NAOB. The Tulalip32Tribal Member NAOB or NAOB who leases trucks from another Tulalip Tribal33Member NAOB or NAOB or employs a Tulalip Tribal Member NAOB or NAOB34owner-operator receives credit for the total value of the transportation services the35lessee Tulalip Tribal Member NAOB or NAOB provides on the contract.36

376. The Tulalip Tribal Member NAOB or NAOB may also lease trucks from a non-Tulalip38

Tribal Member NAOB or NAOB and may enter an agreement with an owner-39operator who is a non- Tulalip Tribal Member NAOB or NAOB. The Tulalip Tribal40Member NAOB or NAOB who leases trucks from a non- Tulalip Tribal Member41NAOB or NAOB or employs a non-Tulalip Tribal Member NAOB or NAOB owner-42operator is entitled to credit only for the fee or commission it receives as a result of43the lease arrangement. The Tulalip Tribal Member NAOB or NAOB does not receive44credit for the total value of the transportation services provided by the lessee, since45these services are not provided by a Tulalip Tribal Member NAOB or NAOB.46

477. In any lease or owner-operator situation, as described in paragraphs 5 & 6 above,48

the following rules shall apply:4950

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 27

• A written lease/rental agreement on all trucks leased or rented, showing the1true ownership and the terms of the rental must be submitted and approved by2the Contracting Agency prior to the beginning of the work. The agreement must3show the lessor’s name, trucks to be leased, and agreed upon amount or4method of payment (hour, ton, or per load). All lease agreements shall be for a5long-term relationship, rather than for the individual project. Does not apply to6owner-operator arrangements.7

8• Only the vehicle, (not the operator) is leased or rented. Does not apply to9

owner-operator arrangements.1011

8. In order for Tulalip Tribal Member NAOB or NAOB project requirements to be12credited, Tulalip Tribal Member NAOB or NAOB trucking firms must be covered by13a subcontract or a written agreement approved by the Contracting Agency prior to14performing their portion of the work.15

16Expenditures Paid to Other Tulalip Tribal Member Native American Owned Business or17Native American Owned Business18

19Expenditures paid to other Tulalip Tribal Member Native American Owned Business or20Native American Owned Business for materials or supplies may be counted toward21Tulalip Tribal Member NAOB or NAOB requirements as provided in the following:22

23Manufacturer24

251. Counting26

27If the materials or supplies are obtained from a Tulalip Tribal Member NAOB or28NAOB manufacturer, count 100 percent of the cost of the materials or supplies29toward Tulalip Tribal Member NAOB or NAOB requirements.30

312. Definition32

33To be a manufacturer, the firm operates or maintains a factory or establishment that34produces, on the premises, the materials, supplies, articles, or equipment required35under the contract and of the general character described by the specifications.36

373. In order to receive credit as a Tulalip Tribal Member NAOB or NAOB manufacturer,38

the firm must have received an “on-site” review and been approved by TERO to39operate as a Tulalip Tribal Member NAOB or NAOB manufacturing firm prior to bid40opening. Use of a Tulalip Tribal Member NAOB or NAOB manufacturer that has not41received an on-site review and approval by TERO prior to bid opening will result in42the bid being declared non-responsive, unless the contribution of the manufacturer43was not necessary to meet the project requirement. To schedule a review, the44manufacturing firm must submit a written request to TERO and may not receive45credit towards Tulalip Tribal Member NAOB or NAOB participation until the46completion of the review. Once a firm’s manufacturing process has been approved47in writing, it is not necessary to resubmit the firm for approval unless the48manufacturing process has substantially changed. Information on approved49manufacturers (per contract) may be obtained from TERO.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 28

Regular Dealer12

1. Counting34

If the materials or supplies are purchased from a Tulalip Tribal Member NAOB or5NAOB regular dealer, 10 percent of the cost of the materials or supplies will count6toward Tulalip Tribal Member NAOB or NAOB requirements.7

82. Definition9

10a) To be a regular dealer, the firm must own, operate or maintain a store,11

warehouse, or other establishment in which the materials, supplies, articles or12equipment of the general character described by the specifications and13required under the contract are bought, kept in stock, and regularly sold or14leased to the public in the usual course of business. It must also be an15established, regular business that engages, as its principal business and under16its own name, in the purchase and sale or lease of the products in question.17

18b) A person may be a regular dealer in such bulk items as petroleum products,19

steel, cement, gravel, stone, or asphalt without owning, operating, or20maintaining a place of business, as provided elsewhere in this specification, if21the person both owns and operates distribution equipment for the products.22Any supplementing of regular dealers’ own distribution equipment shall be by23a long-term lease agreement and not on an ad hoc or contract-by-contract24basis.25

26c) Packagers, brokers, manufacturers’ representatives, or other persons who27

arrange or expedite transactions are not regular dealers.2829

Regular dealer status is granted on a contract-by-contract basis. To obtain30regular dealer status, a formal written request must be made by the interested31supplier (potential regular dealer) to TERO. TERO must be in receipt of this32request at least 7 calendar days prior to bid opening. Included in the request33shall be a full description of the project, type of business operated by the Tulalip34Tribal Member NAOB or NAOB, and the manner the Tulalip Tribal Member35NAOB or NAOB will operate as a regular dealer on the specific contract. Once36the request is reviewed by TERO, the Tulalip Tribal Member NAOB or NAOB37supplier requesting it will be notified in writing whether regular dealer status38was approved. Tulalip Tribal Member Native American Owned Business or39Native American Owned Business that are approved as regular dealers for a40contract (whenever possible) will be listed on the Tulalip Tribes TERO’s Native41American Owned Business (NAOB) registry Internet Homepage at:42www.tulaliptero.com/Home/ Contractors/NAOBRegistryReport.aspx prior to43the time of bid opening. In addition, bidders may request confirmation of the44Tulalip Tribal Member NAOB or NAOB supplier’s approval to operate as a45regular dealer on a specific contract by writing the TERO Department, 640646Marine Drive, Tulalip, WA 98271 or by phone at (360) 716-4747. Use of a47supplier that has not received approval as a regular dealer prior to bid opening48will result in the bid being declared nonresponsive, unless the contribution of49the regular dealer was not necessary to meet the project requirement.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 29

Materials or Supplies Purchased from a Tulalip Tribal Member NAOB or NAOB1With respect to materials or supplies purchased from a Tulalip Tribal Member2NAOB or NAOB who is neither a manufacturer nor a regular dealer, the entire3amount of fees or commissions charged for assistance in the procurement of4the materials and supplies, or fees or transportation charges for the delivery of5materials or supplies required on a job site may be counted toward the goal.6No part of the cost of the materials and supplies themselves may be applied7toward Tulalip Tribal Member NAOB or NAOB requirements.8

9Eligibility10

11To be eligible for award of the contract, the bidder must properly complete and submit12the List of Tulalip Tribal Member NAOB Subcontractor(s) and or Supplier(s) and the List13of NAOB Subcontractor(s) and or Supplier(s) which have been made a part of the14bidder’s Bid Proposal Form. The above named lists contained in Section IV of the Bid15Proposal Form will be used by the Contracting Agency in determining whether the16bidder’s bid proposal satisfies the Tulalip Tribal Member NAOB and NAOB requirements.17

18For each Tulalip Tribal Member NAOB and NAOB described in the Bid Proposal Form19Section IV – List of Lower Tiered Subcontractor(s) and or Supplier(s), the bidder shall20state the project role and work item in which that Tulalip Tribal Member NAOB or NAOB21will participate. A general description of the work to be performed by the Tulalip Tribal22Member NAOB or NAOB shall be included. If a Tulalip Tribal Member NAOB or NAOB23will perform a partial item of work, the bidder shall also include a dollar amount for each24partial item of work. The bidder shall also include a dollar amount for each Tulalip Tribal25Member NAOB or NAOB listed in Section IV that will be applied towards meeting or26exceeding the assigned Tulalip Tribal Member NAOB and NAOB contract requirements.27

28In the event of arithmetic errors in completing the Bid Proposal Form Section IV, the29amount listed to be applied towards the requirement for each Tulalip Tribal Member30NAOB and NAOB shall govern and the Tulalip Tribal Member NAOB and NAOB total31shall be adjusted accordingly. The information and commitments demonstrated in the32Bid Proposal Form Section IV shall become a condition of any subsequent award of a33contract to that bidder and the Bid Proposal Form itself shall become a part of the34subsequent contract.35

36The Contracting Agency shall consider as non-responsive and shall reject any bid37proposal submitted that does not contain a Completed Section IV of the Bid Proposal38Form or contains a List of Tulalip Tribal Member NAOB Subcontractor(s) and or39Supplier(s) and or a List of NAOB Subcontractor(s) and or Supplier(s) that fails to40demonstrate that the bidder will meet the Tulalip Tribal Member NAOB or NAOB contract41requirements.42

43Procedures Between Award and Execution44

45After award of the contract, the successful bidder shall provide the additional information46described below. A failure to comply shall result in the forfeiture of the bidder’s proposal bond47or deposit.48

49The Contracting Agency will notify the successful bidder of the award of the contract in writing50and will include a request for a further breakdown of the Tulalip Tribal Member NAOB and51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 30

NAOB information. After award and prior to execution of the contract, the bidder shall submit1the following items:2

3(1) Additional information for all successful Tulalip Tribal Member NAOB and NAOB as4

shown on the List of Tulalip Tribal Member NAOB Subcontractor(s) and or Supplier(s)5and the List of NAOB Subcontractor(s) and or Supplier(s) included in Section IV of the6Bid Proposal Form:7

8• Correct business name, federal employee identification number (if available), and9

mailing address.1011

• List of all bid items assigned to each successful Tulalip Tribal Member NAOB or12NAOB, including unit prices and extensions.13

14• Description of partial items (if any) to be sublet to each successful Tulalip Tribal15

Member NAOB or NAOB specifying the distinct elements of work under each item16to be performed by the Tulalip Tribal Member NAOB or NAOB and including the17dollar value of the Tulalip Tribal Member NAOB or NAOB.18

19• Submit evidence of certification issued by the Tulalip TERO Offices for the Tulalip20

Tribal Member NAOB or NAOB.2122

Total amounts shown for each Tulalip Tribal Member NAOB and NAOB shall not be less23than the amount shown on the Bid Proposal Form Section IV. This submittal, showing24the Tulalip Tribal Member NAOB and NAOB work item breakdown, when accepted by25the Contracting Agency and resulting in contract execution, shall become a part of the26contract. A breakdown that does not conform to the List of Tulalip Tribal Member NAOB27Subcontractor(s) and or Supplier(s) and the List of NAOB Subcontractor(s) and or28Supplier(s) included in Section IV of the Bid Proposal Form or that demonstrates a lesser29amount of Tulalip Tribal Member NAOB or NAOB participation than that included in the30Certification will be returned for correction. The contract will not be executed by the31Contracting Agency until a satisfactory breakdown has been submitted.32

33Procedures After Execution34

35Reporting36

37The Contractor shall submit a “Quarterly Report of Amounts Credited as Tulalip Tribal38Member NAOB and NAOB Participation” (actual payments) on a quarterly basis for any39calendar quarter in which Tulalip Tribal Member NAOB and NAOB work is accomplished40or upon completion of the project, as appropriate. The quarterly reports are due on41January 20th, April 20th, July 20th, and October 20th of each year. The dollars reported42will be in accordance with the “Counting Tulalip Tribal Member Native American Owned43Business or Native American Owned Business Participation” section of this specification.44

45In the event that the payments to a Tulalip Tribal Member NAOB or NAOB have been46made by an entity other than the Prime Contractor (as in the case of a lower-tier47subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report,48including the signed affidavit, from the paying entity and submit the report to the49Contracting Agency.50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 31

1Damages for Noncompliance2

3When a Contractor violates the Tulalip Tribal Member NAOB and or NAOB provisions of4the contract, the Contracting Agency may incur damages. These damages consist of5additional administrative costs including, but not limited to, the inspection, supervision,6engineering, compliance, and legal staff time and expenses necessary for investigating,7reporting, and correcting violations. Damages attributable to a Contractor’s violations of8the Tulalip Tribal Member NAOB and or NAOB provisions may be deducted from9progress payments due to the Contractor or from retainage withheld by the Contracting10Agency as allowed by the Contract documents. Before any money is withheld, the11Contractor will be provided with a notice of the basis of the violations and an opportunity12to respond.13

14The Contracting Agency’s decision to recover damages for a Tulalip Tribal Member15NAOB and or NAOB provision violation does not limit its ability to suspend or revoke the16Contractor’s pre-qualification status or seek other remedies as allowed by tribal, federal17or State law. In appropriate circumstances, the Contracting Agency may also refer the18Contractor to Tribal, State, or Federal authorities for additional sanctions.19

201-07.2 State Sales Tax21Section 1-07.2, including its sub-sections, in its entirety is revised to read:22

23(******)24The Tulalip Tribes of Washington is a federally recognized Indian Tribal government with a25constitution and bylaws approved by the United States Secretary of the Interior. See: 6526Federal Register 13298, 13301 (March 13, 2000). As a recognized tribal government, The27Tulalip Tribes of Washington and all of its governmental agencies, is a tax exempt entity. See:2826 USC §7871, and Washington Administrative Code Excise Tax Rule 192 (WAC 458-20-192).29A majority of the project is Tax Exempt from all Sales and/or Use Taxes for all materials and30supplies incorporated in construction of the work that become a permanent part of the Project31and some B&O taxes. Upon request a Tax Exemption form may be obtained from The Tulalip32Tribes. For that portion of the project this is not with in the exterior boundaries of The Tulalip33Indian Reservation certain Washington State Taxes will apply.34

35The work on this contract is to be performed in Indian Country for an Indian Tribe and such36work is exempt from State Sales and Use Tax and upon lands whose ownership may obligate37the Contractor to pay State sales tax and other taxes on portions of the project work as follows:38

391. The provisions of WAC 458-20-192(5)(a)(ii) apply to the following listed portions of the40

project:4142

The areas within the Tulalip Indian Reservation Boundary (all land west of Section43line 8, 9.) are exempt from State Sales and Use Taxes. Certain B&O taxes are exempt44also. Bidders shall consult with the State Department of Revenue regarding the potential45tax liability.46

472. The Contractor may be required to pay State Sales Tax and other taxes outside of the48

Tulalip Tribes Reservation portions of the project:4950

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 32

The areas outside of the Tulalip Indian Reservation Boundary (all land east of Section1line 8, 9.) may be subject to State Sales and Use Taxes. Certain B&O taxes are exempt2also. Bidders shall consult with the State Department of Revenue regarding the potential3tax liability.4

5For bidding purposes the Contracting Agency has segregated the plan quantities which6are within the Tulalip Tribes Reservation and outside of the Tulalip Tribes Reservation.7These approximate quantities are shown on the Summary of Quantities sheets8

9The Washington State Department of Revenue has issued special rules on the State sales10tax. The Contractor should contact the Washington State Department of Revenue for answers11to questions in this area. The Contracting Agency will not adjust its payment if the Contractor12bases a bid on a misunderstood tax liability.13

14The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract15amounts.16

17The Contractor shall not collect from the Contracting Agency, retail sales tax on the full18contract price. The Contracting Agency will not add this sales tax to each payment to the19Contractor.20

211-07.3 Forest Protection and Merchantable Timber Requirements22

231-07.3(1) Forest Fire Prevention24Section 1-07.3(1) is revised to read:25

26(******)27When the Work is in or next to Tribal, State or Federal forests, the Contractor shall know and28observe all laws and rules (Tribal, State or Federal) on fire prevention and sanitation. The29Contractor shall ask the Tulalip Tribes’ Forestry Manager and local forest supervisor or30regional manager, as applicable, to outline requirements for permits, sanitation, firefighting31equipment, and burning.32

33The Contractor shall take all reasonable precautions to prevent and suppress forest fires. In34case of forest fire, the Contractor shall immediately notify The Tulalip Tribes and the nearest35forest headquarters of its exact site and shall make every effort to suppress it. If needed, the36Contractor shall require his/her employees and those of any Subcontractor to work under37forest officials in fire-control efforts.38

391-07.3(2) Merchantable Timber Requirements40Section 1-07.3(2) is revised to read:4142

(******)43When merchantable timber is to be cut, the Contractor shall obtain a permit from The Tulalip44Tribes Forestry Department or the appropriate regional office of the State Department of45Natural Resources and comply fully with the laws and regulations of The Tulalip Tribes and46the State Forest Practices Act, as applicable.47

48No person may export from the United States, or sell, trade, exchange, or otherwise convey49to any other person for the purpose of export from the United States, timber originating from50the project.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 33

1The Contractor shall comply with the Forest Resources Conservation and Shortage Relief2Amendments Act of 1993 (Public Law 103-45) and the Washington State Log Export3Regulations (WAC 240-15).4

51-07.5 Environmental Regulations6Section 1-07.5 is supplemented with the following:7

8(September 20, 2010)9Environmental Commitments10The following Provisions summarize the requirements, in addition to those required elsewhere11in the Contract, imposed upon the Contracting Agency by the various documents referenced12in the Special Provision PERMITS AND LICENSES. Throughout the work, the Contractor shall13comply with the following requirements:14

15(August 3, 2009)16The intentional bypass of stormwater from all or any portion of a stormwater treatment17system is prohibited without the approval of the Engineer.18

19(******)20No Contractor staging areas will be allowed within 100 feet of any waters of the State21including wetlands.22

23(August 3, 2009)24Payment25All costs to comply with this special provision for the environmental commitments and26requirements are incidental to the contract and are the responsibility of the Contractor. The27Contractor shall include all related costs in the associated bid prices of the contract.28

291-07.5(1) General30The second paragraph of Section 1-07.5(1) is revised to read:31

32(******)33The Contractor shall be responsible to immediately report to the Engineer any deviation from34the contract provisions pertaining to environmental compliance, including but not limited to35spills, unauthorized fill in waters of the Tribes including wetlands, unauthorized fill in waters of36the State including wetlands, water quality standards, noise, air quality, etc.37

38Item 3 in the third paragraph of Section 1-07.5(1) is revised to read:39

403. No equipment shall enter waters of the Tribes or waters of the State, except as may be41

specified in the Contract.4243

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 34

1-07.5(2) State Department of Fish and Wildlife1The first paragraph of Section 1-07.5(2) is revised to read:2

3(******)4In doing the Work located within the Tulalip Indian Reservation boundaries the Contractor5shall follow the laws, ordinances, rules and regulations of the Tulalip Tribes. Contractor shall6consult with the Tulalip Tribes’ Natural Resources Department for specific requirements in7completing the Work on the reservation. In doing the Work located outside the boundaries of8the Tulalip Tribes Reservation, the Contractor shall:9

101-07.5(3) State Department of Ecology11The first paragraph of Section 1-07.5(3) is revised to read:12

13(******)14In doing the Work located within the Tulalip Indian Reservation boundaries the Contractor15shall follow the laws, ordinances, rules and regulations of the Tulalip Tribes. Contractor shall16consult with the Tulalip Tribes’ Natural Resources Department for specific requirements in17completing the Work on the reservation. In doing the Work located outside the boundaries of18the Tulalip Tribes Reservation, the Contractor shall:19

20Items 4 and 8 in the first paragraph of Section 1-07.5(3) are revised to read:21

22(******)234. Perform Work in such a manner that all materials and substances not specifically identified24

in the Contract documents to be placed in the water do not enter waters of the Tribes or25waters of the State, including wetlands. These include, but are not limited to, petroleum26products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry27materials and waste from shaft drilling, sediments, sediment-laden water, chemicals, paint,28solvents, or other toxic or deleterious materials.29

8. Notify the Engineer and Ecology Department immediately should oil, chemicals,30or sewage spill into waters of the Tribes or waters of the State.31

321-07.5(4) Air Quality33The first paragraph of Section 1-07.5(4) is revised to read:34

35(******)36The Contractor shall comply with all rules of local air pollution authorities. If there are none,37air-quality rules of the State Department of Ecology shall govern the Work located outside the38boundaries of the Tulalip Tribes Reservation. The Contractor shall consult with the Tulalip39Tribes’ Natural Resources Department to ascertain the applicable laws, ordinances, rules and40regulations governing the Work on the Tulalip Indian Reservation.41

421-07.6 Permits and Licenses43Section 1-07.6 is supplemented with the following:44

45(******)46The Contracting Agency has secured the below-listed permit(s) for this project. A copy of the47permit(s) will be provided by the Contracting Agency prior to construction. All contacts with the48permitting agency concerning the below-listed permit(s) shall be through the Engineer. The49Contractor shall obtain additional permits as necessary as well as meet the conditions of the50secured permits as prescribed in the permit documentation. All costs to obtain and comply51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 35

with additional permits and complying with the permits obtained by the Tribes shall be included1in the applicable bid items for the work involved. Copies of these permits are required to be2onsite at all times.3

4NAME OF DOCUMENT PERMITTING AGENCY PERMIT REFERENCE NO.NPDES ConstructionStormwater General Permit Department of Ecology This permit will be provided

prior to constructionNPDES ConstructionStormwater General Permit EPA This permit will be provided

prior to construction

Grading Permit Tulalip Tribes This permit will be providedprior to construction

5The Contractor shall obtain Right of Way use permits from the City of Marysville as required.6There is no separate bid item for acquiring this permit. This cost shall be incorporated within7associated bid items for work within the City of Marysville.8

91-07.7 Load Limits10Section 1-07.7 is supplemented with the following:11

12(March 13, 1995)13If the sources of materials provided by the Contractor necessitates hauling over roads other14than State Highways, the Contractor shall, at the Contractor's expense, make all15arrangements for the use of the haul routes.16

171-07.9 Wages18

191-07.9(1) General20Section 1-07.9(1) is supplemented with the following:21

22(******)23The Federal wage rates incorporated in this contract have been established by the Secretary24of Labor under United States Department of Labor General Decision No. WA150001.25

26The State rates incorporated in this contract are applicable to all construction activities27associated with this contract.28

29(April 2, 2007)30Application of Wage Rates for the Occupation of Landscape Construction31State prevailing wage rates for public works contracts are included in this contract and show32a separate listing for the occupation:33

34Landscape Construction, which includes several different occupation descriptions such35as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment36Operators, and Landscaping or Planting Laborers.37

38In addition, federal wage rates that are included in this contract may also include occupation39descriptions in Federal Occupational groups for work also specifically identified with40landscaping such as:41

42Laborers with the occupation description, Landscaping or Planting, or43

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 36

1Power Equipment Operators with the occupation description, Mulch Seeding Operator.2

3If Federal wage rates include one or more rates specified as applicable to landscaping work,4then Federal wage rates for all occupation descriptions, specific or general, must be5considered and compared with corresponding State wage rates. The higher wage rate, either6State or Federal, becomes the minimum wage rate for the work performed in that occupation.7

8Contractors are responsible for determining the appropriate crafts necessary to perform the9contract work. If a classification considered necessary for performance of the work is missing10from the Federal Wage Determination applicable to the contract, the Contractor shall initiate11a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and12submit Standard Form 1444, Request for Authorization of Additional Classification and Wage13Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the14Project Engineer’s office. The presence of a classification wage on the Washington State15Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for16the purpose of determining a federal classification wage rate.17

181-07.11 Requirements for Nondiscrimination19Section 1-07.11 is supplemented with the following:20

21(August 5, 2013)22Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order2311246)24

251. The Contractor's attention is called to the Equal Opportunity Clause and the Standard26

Federal Equal Employment Opportunity Construction Contract Specifications set forth27herein.28

292. The goals and timetables for minority and female participation set by the Office of30

Federal Contract Compliance Programs, expressed in percentage terms for the31Contractor's aggregate work force in each construction craft and in each trade on all32construction work in the covered area, are as follows:33

34Women - Statewide35

36Timetable Goal37

38Until further notice 6.9%39Minorities - by Standard Metropolitan Statistical Area (SMSA)40

41Spokane, WA:42

SMSA Counties:43Spokane, WA 2.844

WA Spokane.45Non-SMSA Counties 3.046

WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln,47WA Pend Oreille; WA Stevens; WA Whitman.48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 37

Richland, WA1SMSA Counties:2

Richland Kennewick, WA 5.43WA Benton; WA Franklin.4

Non-SMSA Counties 3.65WA Walla Walla.6

7Yakima, WA:8

SMSA Counties:9Yakima, WA 9.710

WA Yakima.11Non-SMSA Counties 7.212

WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.1314

Seattle, WA:15SMSA Counties:16

Seattle Everett, WA 7.217WA King; WA Snohomish.18

Tacoma, WA 6.219WA Pierce.20

Non-SMSA Counties 6.121WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA22Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston;23WA Whatcom.24

25Portland, OR:26

SMSA Counties:27Portland, OR-WA 4.528

WA Clark.29Non-SMSA Counties 3.830

WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.3132

These goals are applicable to each nonexempt Contractor’s total on-site construction33workforce, regardless of whether or not part of that workforce is performing work on a34Federal, or federally assisted project, contract, or subcontract until further notice.35Compliance with these goals and time tables is enforced by the Office of Federal36Contract compliance Programs.37

38The Contractor's compliance with the Executive Order and the regulations in 41 CFR39Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific40affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),41and its efforts to meet the goals. The hours of minority and female employment and42training must be substantially uniform throughout the length of the contract, in each43construction craft and in each trade, and the Contractor shall make a good faith effort to44employ minorities and women evenly on each of its projects. The transfer of minority or45female employees or trainees from Contractor to Contractor or from project to project for46the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the47Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will48be measured against the total work hours performed.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 38

3. The Contractor shall provide written notification to the Office of Federal Contract1Compliance Programs (OFCCP) within ten working days of award of any construction2subcontract in excess of $10,000 or more that are Federally funded, at any tier for3construction work under the contract resulting from this solicitation. The notification shall4list the name, address and telephone number of the Subcontractor; employer5identification number of the Subcontractor; estimated dollar amount of the subcontract;6estimated starting and completion dates of the subcontract; and the geographical area7in which the contract is to be performed. The notification shall be sent to:8

9U.S. Department of Labor10Office of Federal Contract Compliance Programs Pacific Region11Attn: Regional Director12San Francisco Federal Building1390 – 7th Street, Suite 18-30014San Francisco, CA 94103(415) 625-7800 Phone15(415) 625-7799 Fax16

17Additional information may be found at the U.S. Department of Labor website:18http://www.dol.gov/ofccp/TAguides/ctaguide.htm19

204. As used in this Notice, and in the contract resulting from this solicitation, the Covered21

Area is as designated herein.2223

Standard Federal Equal Employment Opportunity Construction Contract Specifications24(Executive Order 11246)25

261. As used in these specifications:27

28a. Covered Area means the geographical area described in the solicitation from29

which this contract resulted;3031

b. Director means Director, Office of Federal Contract Compliance Programs,32United States Department of Labor, or any person to whom the Director33delegates authority;34

35c. Employer Identification Number means the Federal Social Security number36

used on the Employer's Quarterly Federal Tax Return, U. S. Treasury37Department Form 941;38

39d. Minority includes:40

41(1) Black, a person having origins in any of the Black Racial Groups of42

Africa.4344

(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of45Mexican, Puerto Rican, Cuban, Central American, South American, or46other Spanish origin.47

48(3) Asian or Pacific Islander, a person having origins in any of the original49

peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands50and Samoa.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 39

1(4) American Indian or Alaskan Native, a person having origins in any of2

the original peoples of North America, and who maintain cultural3identification through tribal affiliation or community recognition.4

52. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the6

work involving any construction trade, it shall physically include in each subcontract in7excess of $10,000 the provisions of these specifications and the Notice which contains8the applicable goals for minority and female participation and which is set forth in the9solicitations from which this contract resulted.10

113. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan12

approved by the U.S. Department of Labor in the covered area either individually or13through an association, its affirmative action obligations on all work in the Plan area14(including goals and timetables) shall be in accordance with that Plan for those trades15which have unions participating in the Plan. Contractors must be able to demonstrate16their participation in and compliance with the provisions of any such Hometown Plan.17Each Contractor or Subcontractor participating in an approved Plan is individually18required to comply with its obligations under the EEO clause, and to make a good faith19effort to achieve each goal under the Plan in each trade in which it has employees. The20overall good faith performance by other Contractors or Subcontractors toward a goal in21an approved Plan does not excuse any covered Contractor's or Subcontractor's failure22to take good faith effort to achieve the Plan goals and timetables.23

244. The Contractor shall implement the specific affirmative action standards provided in25

paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation26from which this contract resulted are expressed as percentages of the total hours of27employment and training of minority and female utilization the Contractor should28reasonably be able to achieve in each construction trade in which it has employees in29the covered area. Covered construction contractors performing construction work in30geographical areas where they do not have a Federal or federally assisted construction31contract shall apply the minority and female goals established for the geographical area32where the work is being performed. The Contractor is expected to make substantially33uniform progress in meeting its goals in each craft during the period specified.34

355. Neither the provisions of any collective bargaining agreement, nor the failure by a union36

with whom the Contractor has a collective bargaining agreement, to refer either37minorities or women shall excuse the Contractor's obligations under these38specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.39

406. In order for the nonworking training hours of apprentices and trainees to be counted in41

meeting the goals, such apprentices and trainees must be employed by the Contractor42during the training period, and the Contractor must have made a commitment to employ43the apprentices and trainees at the completion of their training, subject to the availability44of employment opportunities. Trainees must be trained pursuant to training programs45approved by the U.S. Department of Labor.46

477. The Contractor shall take specific affirmative actions to ensure equal employment48

opportunity. The evaluation of the Contractor's compliance with these specifications shall49be based upon its effort to achieve maximum results from its action. The Contractor shall50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 40

document these efforts fully, and shall implement affirmative action steps at least as1extensive as the following:2

3a. Ensure and maintain a working environment free of harassment, intimidation,4

and coercion at all sites, and in all facilities at which the Contractor's employees5are assigned to work. The Contractor, where possible, will assign two or more6women to each construction project. The Contractor shall specifically ensure7that all foremen, superintendents, and other on-site supervisory personnel are8aware of and carry out the Contractor's obligation to maintain such a working9environment, with specific attention to minority or female individuals working at10such sites or in such facilities.11

12b. Establish and maintain a current list of minority and female recruitment13

sources, provide written notification to minority and female recruitment sources14and to community organizations when the Contractor or its unions have15employment opportunities available, and maintain a record of the16organizations' responses.17

18c. Maintain a current file of the names, addresses and telephone numbers of each19

minority and female off-the-street applicant and minority or female referral from20a union, a recruitment source or community organization and of what action21was taken with respect to each such individual. If such individual was sent to22the union hiring hall for referral and was not referred back to the Contractor by23the union or, if referred, not employed by the Contractor, this shall be24documented in the file with the reason therefor, along with whatever additional25actions the Contractor may have taken.26

27d. Provide immediate written notification to the Director when the union or unions28

with which the Contractor has a collective bargaining agreement has not29referred to the Contractor a minority person or woman sent by the Contractor,30or when the Contractor has other information that the union referral process31has impeded the Contractor's efforts to meet its obligations.32

33e. Develop on-the-job training opportunity and/or participate in training programs34

for the area which expressly include minorities and women, including35upgrading programs and apprenticeship and trainee programs relevant to the36Contractor's employment needs, especially those programs funded or37approved by the U.S. Department of Labor. The Contractor shall provide notice38of these programs to the sources compiled under 7b above.39

40f. Disseminate the Contractor's EEO policy by providing notice of the policy to41

unions and training programs and requesting their cooperation in assisting the42Contractor in meeting its EEO obligations; by including it in any policy manual43and collective bargaining agreement; by publicizing it in the company44newspaper, annual report, etc.; by specific review of the policy with all45management personnel and with all minority and female employees at least46once a year; and by posting the company EEO policy on bulletin boards47accessible to all employees at each location where construction work is48performed.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 41

g. Review, at least annually, the company's EEO policy and affirmative action1obligations under these specifications with all employees having any2responsibility for hiring, assignment, layoff, termination or other employment3decisions including specific review of these items with on-site supervisory4personnel such as Superintendents, General Foremen, etc., prior to the5initiation of construction work at any job site. A written record shall be made6and maintained identifying the time and place of these meetings, persons7attending, subject matter discussed, and disposition of the subject matter.8

9h. Disseminate the Contractor's EEO policy externally by including it in any10

advertising in the news media, specifically including minority and female news11media, and providing written notification to and discussing the Contractor's12EEO policy with other Contractors and Subcontractors with whom the13Contractor does or anticipates doing business.14

15i. Direct its recruitment efforts, both oral and written to minority, female and16

community organizations, to schools with minority and female students and to17minority and female recruitment and training organizations serving the18Contractor's recruitment area and employment needs. Not later than one19month prior to the date for the acceptance of applications for apprenticeship or20other training by any recruitment source, the Contractor shall send written21notification to organizations such as the above, describing the openings,22screening procedures, and tests to be used in the selection process.23

24j. Encourage present minority and female employees to recruit other minority25

persons and women and where reasonable, provide after school, summer and26vacation employment to minority and female youth both on the site and in other27areas of a Contractor's work force.28

29k. Validate all tests and other selection requirements where there is an obligation30

to do so under 41 CFR Part 60-3.3132

l. Conduct, at least annually, an inventory and evaluation of all minority and33female personnel for promotional opportunities and encourage these34employees to seek or to prepare for, through appropriate training, etc., such35opportunities.36

37m. Ensure that seniority practices, job classifications, work assignments and other38

personnel practices, do not have a discriminatory effect by continually39monitoring all personnel and employment related activities to ensure that the40EEO policy and the Contractor's obligations under these specifications are41being carried out.42

43n. Ensure that all facilities and company activities are nonsegregated except that44

separate or single-user toilet and necessary changing facilities shall be45provided to assure privacy between the sexes.46

47o. Document and maintain a record of all solicitations of offers for subcontracts48

from minority and female construction contractors and suppliers, including49circulation of solicitations to minority and female contractor associations and50other business associations.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 42

1p. Conduct a review, at least annually, of all supervisors' adherence to and2

performance under the Contractor's EEO policies and affirmative action3obligations.4

58. Contractors are encouraged to participate in voluntary associations which assist in6

fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of7a contractor association, joint contractor-union, contractor-community, or other similar8group of which the Contractor is a member and participant, may be asserted as fulfilling9any one or more of the obligations under 7a through 7p of this Special Provision provided10that the Contractor actively participates in the group, makes every effort to assure that11the group has a positive impact on the employment of minorities and women in the12industry, ensure that the concrete benefits of the program are reflected in the13Contractor's minority and female work-force participation, makes a good faith effort to14meet its individual goals and timetables, and can provide access to documentation which15demonstrate the effectiveness of actions taken on behalf of the Contractor. The16obligation to comply, however, is the Contractor's and failure of such a group to fulfill an17obligation shall not be a defense for the Contractor's noncompliance.18

199. A single goal for minorities and a separate single goal for women have been established.20

The Contractor, however, is required to provide equal employment opportunity and to21take affirmative action for all minority groups, both male and female, and all women, both22minority and non-minority. Consequently, the Contractor may be in violation of the23Executive Order if a particular group is employed in substantially disparate manner (for24example, even though the Contractor has achieved its goals for women generally, the25Contractor may be in violation of the Executive Order if a specific minority group of26women is underutilized).27

2810. The Contractor shall not use the goals and timetables or affirmative action standards to29

discriminate against any person because of race, color, religion, sex, or national origin.3031

11. The Contractor shall not enter into any subcontract with any person or firm debarred32from Government contracts pursuant to Executive Order 11246.33

3412. The Contractor shall carry out such sanctions and penalties for violation of these35

specifications and of the Equal Opportunity Clause, including suspensions, terminations36and cancellations of existing subcontracts as may be imposed or ordered pursuant to37Executive Order 11246, as amended, and its implementing regulations by the Office of38Federal Contract Compliance Programs. Any Contractor who fails to carry out such39sanctions and penalties shall be in violation of these specifications and Executive Order4011246, as amended.41

4213. The Contractor, in fulfilling its obligations under these specifications, shall implement43

specific affirmative action steps, at least as extensive as those standards prescribed in44paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts45to ensure equal employment opportunity. If the Contractor fails to comply with the46requirements of the Executive Order, the implementing regulations, or these47specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.48

4914. The Contractor shall designate a responsible official to monitor all employment related50

activity to ensure that the company EEO policy is being carried out, to submit reports51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 43

relating to the provisions hereof as may be required by the government and to keep1records. Records shall at least include, for each employee, their name, address,2telephone numbers, construction trade, union affiliation if any, employee identification3number when assigned, social security number, race, sex, status (e.g., mechanic,4apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per5week in the indicated trade, rate of pay, and locations at which the work was performed.6Records shall be maintained in an easily understandable and retrievable form; however,7to the degree that existing records satisfy this requirement, the Contractors will not be8required to maintain separate records.9

1015. Nothing herein provided shall be construed as a limitation upon the application of other11

laws which establish different standards of compliance or upon the application of12requirements for the hiring of local or other area residents (e.g., those under the Public13Works Employment Act of 1977 and the Community Development Block Grant14Program).15

1616. Additional assistance for Federal Construction Contractors on contracts administered by17

Washington State Department of Transportation or by Local Agencies may be found at:1819

Washington State Dept. of Transportation20Office of Equal Opportunity21PO Box 4731422310 Maple Park Ave. SE23Olympia WA2498504-731425Ph: 360-705-709026Fax: 360-705-680127http://www.wsdot.wa.gov/equalopportunity/default.htm28

29(April 3, 2017)30Special Training Provisions31

General Requirements32The Contractor’s equal employment opportunity, affirmative action program shall include33the requirements set forth below. The Contractor shall provide on-the-job training aimed34at developing trainees to journeyman status in the trades involved. The number of35training hours shall be *** 800 ***. Trainees shall not be assigned less than 400 hours.36The Contractor may elect to accomplish training as part of the work of a subcontractor,37however, the Prime Contractor shall retain the responsibility for complying with these38Special Provisions. The Contractor shall also ensure that this training provision is made39applicable to any subcontract that includes training.40

41Trainee Approval42The Federal government requires Contracting Agencies to include these training43provisions as a condition attached to the receipt of Federal highway funding. The Federal44government has determined that the training and promotion of members of certain45minority groups and women is a primary objective of this training provision. The46Contractor shall make every effort to enroll minority groups and women trainees to the47extent such persons are available within a reasonable recruitment area. This training48provision is not intended and shall not be used to discriminate against any applicant for49training, whether that person is a minority, woman or otherwise. A non-minority male50trainee or apprentice may be approved provided the following requirements are met:51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 44

11. The Contractor is otherwise in compliance with the contract’s Equal2

Employment Opportunity and On-the-Job Training requirements and provides3documentation of the efforts taken to fill the specific training position with either4minorities or females5

62. or, if not otherwise in compliance, furnishes evidence of his/her systematic and7

direct recruitment efforts in regard to the position in question and in promoting8the enrollment and/or employment of minorities and females in the craft which9the proposed trainee is to be trained10

113. and the Contractor has made a good faith effort towards recruiting of minorities12

and women. As a minimum this good faith effort shall consist of the following:1314

· Distribution of written notices of available employment opportunities15with the Contractor and enrollment opportunities with its unions.16Distribution should include but not be limited to; minority and female17recruitment sources and minority and female community18organizations;19

20· Records documenting the Contractor’s efforts and the outcome of21

those efforts, to employ minority and female applicants and/or refer22them to unions;23

24· Records reflecting the Contractor’s efforts in participating in25

developing minority and female on-the-job training opportunities,26including upgrading programs and apprenticeship opportunities;27

28· Distribution of written notices to unions and training programs29

disseminating the Contractor’s EEO policy and requesting30cooperation in achieving EEO and OJT obligations.31

32No employee shall be employed as a trainee in any classification in which the employee33has successfully completed a training course leading to journeyman status or in which34the employee has been employed as a journeyman. The Contractor’s records shall35document the methods for determining the trainee’s status and findings in each case.36When feasible, 25 percent of apprentices or trainees in each occupation shall be in their37first year of apprenticeship or training.38

39For the purpose of this specification, acceptable training programs are those employing40trainees/apprentices registered with the following:41

421. Washington State Department of Labor & Industries — State Apprenticeship43

Training Council (SATC) approved apprenticeship agreement:4445

a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be;4647

i. an individual written agreement between an employer and48apprentice49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 45

ii. a written agreement between (an employer or an association1of employers) and an organization of employees describing2conditions of employment for apprentices3

iii. a written statement describing conditions of employment for4apprentices in a plant where there is no bona fide employee5organization.6

7All such agreements shall conform to the basic standards and other provisions8of RCW Chapter 49.9

102. Apprentices must be registered with U.S. Department of Labor —11

Apprenticeship Training, Employer, and Labor Services (ATELS) approved12program.13

14Or15

163. Trainees participating in a non-ATELS/SATC program, which has been17

approved by the contracting agency for the specific project.1819

4. For assistance in locating trainee candidates, the Contractor may call20WSDOT's OJT Support Services Technical Advisor at (360) 704-6314.21

22Obligation to Provide Information23Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the24approved program the Contractor will follow in providing the training. Upon completion25of the training, the Contractor shall provide the Contracting Agency with a certification26showing the type and length of training satisfactorily completed by each trainee.27

28Training Program Approval29The Training Program shall meet the following requirements:30

311. The Training Program (DOT Form 272-049) must be submitted to the Engineer32

for approval prior to commencing contract work and shall be resubmitted when33modifications to the program occur.34

352. The minimum length and type of training for each classification will be as36

established in the training program as approved by the Contracting Agency.3738

3. The Training Program shall contain the trades proposed for training, the39number of trainees, the hours assigned to the trade and the estimated40beginning work date for each trainee.41

424. Unless otherwise specified, Training Programs will be approved if the proposed43

number of training hours equals the training hours required by contract and the44trainees are not assigned less than 400 hours each.45

465. After approval of the training program, information concerning each individual47

trainee and good faith effort documentation shall be submitted on (DOT Form48272-050.)49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 46

6. In King County, laborer trainees or apprentices will not be approved on1contracts containing less than 2000 training hours as specified in this Section.2In King County, no more than twenty percent (20%) of hours proposed for3trainees or apprentices shall be in the laborer classification when the contract4contains 2000 or more hours of training as specified in this Section. Trainees5shall not be assigned less than 400 hours.6

77. Flagging programs will not be approved. Other programs that include flagging8

training will only be approved if the flagging portion is limited to an orientation9of not more than 20 hours.10

118. It is the intention of these provisions that training is to be provided in the12

construction crafts rather than clerk-typists or secretarial-type positions.13Training is permissible in lower level management positions such as office14engineers, estimators, timekeepers, etc., where the training is oriented toward15construction applications. Some off-site training is permissible as long as the16training is an integral part of an approved training program.17

189. It is normally expected that a trainee will begin training on the project as soon19

as feasible after start of work, utilizing the skill involved and remain on the20project as long as training opportunities exist in the work classification or upon21completion of the training program. It is not required that all trainees be on22board for the entire length of the contract. The number trained shall be23determined on the basis of the total number enrolled on the contract for a24significant period.25

2610. Wage Progressions: Trainees will be paid at least the applicable ratios or wage27

progressions shown in the apprenticeship standards published by the28Washington State Department of Labor and Industries. In the event that no29training program has been established by the Department of Labor and30Industries, the trainee shall be paid in accordance with the provisions of RCW3139.12.021 which reads as follows:32

33Apprentice workmen employed upon public works projects for whom an34apprenticeship agreement has been registered and approved with the35State Apprenticeship Council pursuant to RCW 49.04, must be paid at36least the prevailing hourly rate for an apprentice of that trade. Any37workman for whom an apprenticeship agreement has not been registered38and approved by the State Apprenticeship Council shall be considered to39be a fully qualified journeyman, and, therefore, shall be paid at the40prevailing hourly rate for journeymen.41

42Compliance43In the event that the Contractor is unable to accomplish the required training hours but44can demonstrate a good faith effort to meet the requirements as specified, then the45Contracting Agency will adjust the training goals accordingly.46

47Requirements for Non ATELS/SATC Approved Training Programs48Contractors who are not affiliated with a program approved by ATELS or SATC may have49their training program approved provided that the program is submitted for approval on50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 47

DOT Form 272-049, and the following standards are addressed and incorporated in the1Contractor’s program:2

3· The program establishes minimum qualifications for persons entering the4

training program.56

· The program shall outline the work processes in which the trainee will receive7supervised work experience and training on-the-job and the allocation of the8approximate time to be spent in each major process. The program shall9include the method for recording and reporting the training completed shall be10stated.11

12· The program shall include a numeric ratio of trainees to journeymen consistent13

with proper supervision, training, safety, and continuity of employment. The14ratio language shall be specific and clear as to application in terms of job site15and workforce during normal operations (normally considered to fall between161:10 and 1:4).17

18· The terms of training shall be stated in hours. The number of hours required19

for completion to journeyman status shall be comparable to the apprenticeship20hours established for that craft by the SATC. The following are examples of21programs that are currently approved:22

23CRAFT HOURS24Laborer 4,00025Ironworker 6,00026Carpenter 5,200-8,00027Construction Electrician 8,00028Operating Engineer 6,000-8,00029Cement Mason 5,40030Teamster 2,10031

32· The method to be used for recording and reporting the training completed shall33

be stated.3435

Measurement36The Contractor may request that the total number of “training” hours for the contract be37increased subject to approval by the Contracting Agency. This reimbursement will be38made even though the Contractor receives additional training program funds from other39sources, provided such other sources do not prohibit other reimbursement.40Reimbursement to the Contractor for off-site training as indicated previously may only41be made when the Contractor does one or more of the following and the trainees are42concurrently employed on a Federal-aid project:43

44· contributes to the cost of the training,45· provides the instruction to the trainee,46· pays the trainee’s wages during the off- site training period.47

48Reimbursement will be made upon receipt of a certified invoice that shows the related49payroll number, the name of trainee, total hours trained under the program, previously50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 48

paid hours under the contract, hours due this estimate, and dollar amount due this1estimate. The certified invoice shall show a statement indicating the Contractor’s effort2to enroll minorities and women when a new enrollment occurs. If a trainee is participating3in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing4apprenticeship registration must accompany the first invoice on which the individual5appears. Reimbursement for training occurring prior to approval of the training program6will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the7time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft,8must have worked on the contract for at least 20 hours to be eligible for reimbursement.9

10Payment11The Contractor will be reimbursed under the item “Training” per hour for each hour of12training for each employee.13

141-07.11(2) Contractual Requirements15

161-07.11(2)A Equal Employment Opportunity (EEO) Responsibilities17Under the heading “Title VI Responsibilities” of Section 1-07.11(2)A, items 4, 5 and 6 in the first18paragraph are revised to read:19

20(******)214. Information and Reports – The Contractor shall provide all information and reports22

required by the Regulations or directives issued pursuant thereto, and shall permit23access to its books, records, accounts, other sources of information, and its facilities24as may be determined by The Tulalip Tribes, the Washington State Department of25Transportation or the Federal Highway Administration to be pertinent to ascertain26compliance with such Regulations, orders and instructions. Where any information27required of a Contractor is in the exclusive possession of another who fails or refuses28to furnish this information, the Contractor shall so certify to The Tulalip Tribes, the29Washington State Department of Transportation, or the Federal Highway30Administration as appropriate, and shall set forth what efforts it has made to obtain the31information.32

335. Sanctions for Noncompliance – In the event of the Contractor’s noncompliance with34

the nondiscrimination provisions of this Contract, The Tulalip Tribes shall impose such35Contract sanctions as it or the Washington State Department of Transportation or the36Federal Highway Administration may determine to be appropriate, including, but not37limited to:38a. Withholding of payments to the Contractor under the Contract until the Contractor39

complies, and/or;40b. Cancellation, termination, or suspension of the Contract, in whole or in part.41

426. Incorporation of Provisions – The Contractor shall include the provisions of43

paragraphs (1) through (5) in every subcontract, including procurement of materials44and leases of equipment, unless exempt by the Regulations, or directives issued45pursuant thereto. The Contractor shall take such action with respect to any46Subcontractor or procurement as The Tulalip Tribes, the Washington State47Department of Transportation or the Federal Highway Administration may direct as a48means of enforcing such provisions including sanctions for noncompliance.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 49

Provided, however, that in the event a Contractor becomes involved in, or is threatened1with, litigation with a Subcontractor or supplier as a result of such direction, the2Contractor may request The Tulalip Tribes to enter into such litigation to protect the3interest of The Tulalip Tribes and, in addition, the Contractor may request the4Washington State Department of Transportation enter into such litigation to protect the5interests of the State and, in addition, the Contractor may request the United States to6enter into such litigation to protect the interests of the United States.7

81-07.11(10) Records and Reports9

101-07.11(10)B Required Records and Retention11The first paragraph of Section 1-07.11(10)B is revised to read:12

13(******)14All records must be retained by the Contractor for a period of 3 years following acceptance of15the Contract Work. All records shall be available at reasonable times and places for inspection16by authorized representatives of either The Tulalip Tribes, the Washington State Department17of Transportation or the Federal Highway Administration.18

191-07.13 Contractor's Responsibility for Work20

211-07.13(4) Repair of Damage22Section 1-07.13(4) is revised to read:23

24(August 6, 2001)25The Contractor shall promptly repair all damage to either temporary or permanent work26as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1),271-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4.28Payment will be limited to repair of damaged work only. No payment will be made for29delay or disruption of work.30

311-07.14 Responsibility for Damage32Section 1-07.14 is revised to read:33

34(******)35The Tulalip Tribes, its Board of Directors and all officers and employees along with the State,36Governor, Commission, Secretary, and all officers and employees of the State, including but37not limited to those of the Department, will not be responsible in any manner: for any loss or38damage that may happen to the Work or any part; for any loss of material or damage to any39of the materials or other things used or employed in the performance of Work; for injury to or40death of any persons, either workers or the public; or for damage to the public for any cause41which might have been prevented by the Contractor, or the workers, or anyone employed by42the Contractor.43

44The Contractor shall be responsible for any liability imposed by law for injuries to, or the death45of, any persons or damages to property resulting from any cause whatsoever during the46performance of the Work, or before final acceptance.47

48Subject to the limitations in this Section, and RCW 4.24.115, the Contractor shall indemnify,49defend, and save harmless The Tulalip Tribes, its Board of Directors and all officers and50employees along with the State, Governor, Commission, Secretary, and all officers and51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 50

employees of the State from all claims, suits, or actions brought for injuries to, or death of,1any persons or damages resulting from construction of the Work or in consequence of any2negligence or breach of Contract regarding the Work, the use of any improper materials in the3Work, caused in whole or in part by any act or omission by the Contractor or the agents or4employees of the Contractor during performance or at any time before final acceptance. In5addition to any remedy authorized by law, The Tulalip Tribes may retain so much of the money6due the Contractor as deemed necessary by The Tulalip Tribes to ensure the defense and7indemnification obligations of this Section until disposition has been made of such suits or8claims.9

10Subject to the limitations in this Section and RCW 4.24.115, the Contractor shall indemnify,11defend, and save harmless any county, city, or region, its officers, and employees connected12with the Work, within the limits of which county, city, or region the Work is being performed, all13in the same manner and to the same extent as provided above for the protection of The Tulalip14Tribes, its Directors, officers, and employees and the State, its officers and employees. The15Tulalip Tribes may retain so much of the money due the Contractor as deemed necessary by16the Tulalip Tribes to ensure the defense and indemnification obligations of this Section17pending disposition of suits or claims for damages brought against the county, city, or district.18

19Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent20negligence of (a) the indemnitee or the indemnitee’s agents or employees and (b) the21Contractor or the Contractor’s agent or employees, the indemnity provisions provided in22the preceding paragraphs of this Section shall be valid and enforceable only to the extent23of the Contractor’s negligence or the negligence of its agents and employees.24

25The Contractor shall bear sole responsibility for damage to completed portions of the project26and to property located off the project caused by erosion, siltation, runoff, or other related27items during the construction of the project. The Contractor shall also bear sole responsibility28for any pollution of rivers, streams, ground water, or other waters that may occur as a result29of construction operations.30

31The Contractor shall exercise all necessary precautions throughout the life of the Project32to prevent pollution, erosion, siltation, and damage to property.33

34The Contracting Agency will forward to the Contractor all claims filed against the State35according to RCW 4.92.100 that are deemed to have arisen in relation to the Contractor’s36Work or activities under this Contract, and, in the opinion of the Contracting Agency, are37subject to the defense, indemnity, and insurance provisions of these Standard Specifications.38Claims will be deemed tendered to the Contractor and insurer, who has named The Tulalip39Tribes and the State as a named insured or an additional insured under the Contract’s40insurance provisions, once the claim has been forwarded via certified mail to the Contractor.41The Contractor shall be responsible to provide a copy of the claim to the Contractor’s42designated insurance agent who has obtained/met the Contract’s insurance provision43requirements.44

45Within 60 calendar days following the date a claim is sent by the Contracting Agency to the46Contractor, the Contractor shall notify the Claimant, The Tulalip Tribes, and WSDOT (Risk47Management Office, PO Box 47418, Olympia, WA 98504-7418) of the following:48

49a. Whether the claim is allowed or is denied in whole or in part, and, if so, the specific50

reasons for the denial of the individual claim, and if not denied in full, when payment51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 51

has been or will be made to the claimant(s) for the portion of the claim that is1allowed, or2

b. If resolution negotiations are continuing. In this event, status updates will be reported3no longer than every 60 calendar days until the claim is resolved or a lawsuit is filed.4

5If the Contractor fails to provide the above notification within 60 calendar days, then the6Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow all or7part of the claim on behalf of the Contractor, and the Contractor shall be deemed to have8WAIVED any and all defenses, objections, or other avoidances to the Contracting9Agency’s allowance of the claim, or the amount allowed by the Contracting Agency,10under common law, constitution, statute, or the Contract and these Standard Specifications.11If all or part of a claim is allowed, the Contracting Agency will notify the Contractor via certified12mail that it has allowed all or part of the claim and make appropriate payments to13the claimant(s) with Tribal funds.14

15Payments of Tribal funds by the Contracting Agency to claimant(s) under this Section will be16made on behalf of the Contractor and at the expense of the Contractor, and the Contractor17shall be unconditionally obligated to reimburse the Contracting Agency for the “total18reimbursement amount”, which is the sum of the amount paid to the claimant(s), plus all costs19incurred by the Contracting Agency in evaluating the circumstances surrounding the claim,20the allowance of the claim, the amount due to the claimant, and all other direct and indirect21costs for the Contracting Agency’s administration and payment of the claim on the22Contractor’s behalf. The Contracting Agency will be authorized to withhold the total23reimbursement amount from amounts due the Contractor, or, if no further payments are to be24made to the Contractor under the Contract, the Contractor shall directly reimburse the25Contracting Agency for the amounts paid within 30 days of the date notice that the claim was26allowed was sent to the Contractor. In the event reimbursement from the Contractor is not27received by the Contracting Agency within 30 days, interest shall accrue on the total28reimbursement amount owing at the rate of 12 percent per annum calculated at a daily rate29from the date the Contractor was notified that the claim was allowed. The Contracting30Agency’s costs to enforce recovery of these amounts are additive to the amounts owing.31

32The Contractor specifically assumes all potential liability for actions brought by employees of33the Contractor and, solely for the purpose of enforcing the defense and indemnification34obligations set forth in Section 1-07.14, the Contractor specifically waives any immunity35granted under the State industrial insurance law, Title 51 RCW. This waiver has been mutually36negotiated by the parties. The Contractor shall similarly require that each Subcontractor it37retains in connection with the project comply with the terms of this paragraph, waive any38immunity granted under Title 51 RCW, and assume all liability for actions brought by39employees of the Subcontractor.40

411-07.15 Temporary Water Pollution/Erosion Control42Section 1-07.15 is supplemented with the following:43

44(******)45In an effort to prevent, control, and stop water pollution and erosion within the project, thereby46protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall47perform all Work in strict accordance with all Tribal, Federal, State, and local laws and48regulations governing waters of the Tribes and waters of the State, as well as permits acquired49for the project.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 52

The Contractor shall perform all temporary water pollution/erosion control measures shown in1the Plans, specified in the Special Provisions, proposed by the Contractor and approved by2the Engineer, or ordered by the Engineer as Work proceeds.3

41-07.15(1) Spill Prevention, Control, and Countermeasures Plan5Under the heading “SPCC Plan Element Requirements” of Section 1-07.15(1), item 2 of the6first paragraph is revised to read:7

8(******)92. Spill Reporting – List the names and telephone numbers of the Tribal, Federal, State,10

and local agencies the Contractor shall notify in the event of a spill.1112

1-07.16 Protection and Restoration of Property1314

1-07.16(2) Vegetation Protection and Restoration15Section 1-07.16(2) is supplemented with the following:16

17(August 2, 2010)18Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of191-foot radius for each inch of trunk diameter at breast height.20

21Vegetation and soil protection zones for shrubs shall extend out from the stems at ground22level to twice the radius of the shrub.23

24Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass25the diameter of the plant as measured from the outer edge of the plant.26

271-07.18 Public Liability and Property Damage Insurance28Section 1-07.18, including its sub-sections, in its entirety is revised to read:29

30(******)31The Contractor shall obtain and keep in force the following policies of insurance. The policies32shall be with companies or through sources approved by the State Insurance Commissioner33pursuant to RCW 48.05. Unless otherwise indicated below, the policies shall be kept in force34from the execution date of the Contract until the date of acceptance by The Tulalip Tribes and35the Secretary (Section 1-05.12).36

371. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property38

damage liability coverage with limits of $5,000,000 per occurrence and, per project, in39the aggregate for each policy period, written on Insurance Services Office (ISO) form40CG0009 1204, together with Washington State Department of Transportation41amendatory endorsement CG 2908 1195 specifying the Contracting Agency, the State,42the Governor, the Commission, the Secretary ,the Department and all officers and43employees of the State as named insured.44

452. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its46

equivalent, with minimum limits of $1,000,000 per occurrence and $2,000,000 annual47aggregate per project. CGL shall include coverage for Employers Liability or Washington48Stop Gap at $1,000,000 per accident. Excess liability shall be provided in the amount of49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 53

$9,000,000 per occurrence and annual aggregate over the CGL, Stop Gap and auto1liability coverage.2

3This coverage may be any combination of primary, umbrella, or excess liability coverage4affording total liability limits of not less than $10,000,000 per occurrence and in the5aggregate. Products and completed operations coverage shall be provided for a period6of 3 years following Substantial Completion of the Work7

83. Commercial Automobile Liability Insurance providing bodily injury and property damage9

liability coverage for all owned and nonowned vehicles assigned to or used in the10performance of the Work, with a combined single limit of not less than $1,000,000 per11occurrence. This coverage may be any combination of primary, umbrella, or excess12liability coverage affording total liability limits of not less than $1,000,000 per occurrence,13with The Tulalip Tribes and the State named as an additional insured or designated14insured in connection with the Contractor’s Performance of the Contract. If pollutants are15to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial16Automobile Liability insurance policy unless in-transit pollution risk is covered under a17Pollution Liability insurance policy.18

194. The Contractor shall be Named Insured and the Contracting Agency, The Tulalip Tribes,20

the State, all their respective officers and employees, and their respective members,21directors, officers, employees, agents, and consultants (collectively the “Additional22Insureds”) shall be included as Additional Insureds for all policies and coverages23specified in this Section, with the exception of the OCP policy. Said insurance coverage24shall be primary and noncontributory insurance with respect to the insureds and the25Additional Insureds. Any insurance or self-insurance beyond that specified in this26Contract that is maintained by any Additional Insured shall be in excess of such27insurance and shall not contribute with it. All insurance coverage required by this Section28shall be written and provided by “occurrence-based” policy forms rather than by “claims29made” forms.30

31All endorsements adding Additional Insureds to required policies shall be issued on (i)32form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing33the Additional Insureds with all policies and coverages set forth in this Section, with the34exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms35deemed equivalent by Contracting Agency, providing the Additional Insureds with all36coverages required under the Commercial Automobile Liability.37

385. The coverage limits to be provided by the Contractor for itself and to the Contracting39

Agency and Additional Insureds pursuant to this Section or any Special Provision, shall40be on a “per project” aggregate basis with the minimum limits of liability as set forth41herein for both general liability and products/completed operations claims. The additional42insured coverage required under this Section for products/completed operations claims43shall remain in full force and effect for not less than 3 years following Substantial44Completion of the project. If the Contractor maintains, at any time, coverage limits for45itself in excess of limits set forth in this Section 1-07.18 or any Special Provision, then46those additional coverage limits shall also apply to the Contracting Agency and the47Additional Insured. This includes, but is not limited to, any coverage limits provided under48any risk financing program of any description, whether such limits are primary, excess,49contingent, or otherwise.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 54

6. All insurance policies and coverages required under Sections 1-07.18 and 1-07.10 shall1contain a waiver of subrogation against the Contracting Agency, the State, and any2Additional Insureds, and their respective departments, agencies, boards, and3commissions, and their respective officers, officials, agents, and employees for losses4arising from Work performed by or on behalf of the Contractor. This waiver has been5mutually negotiated by the parties.6

77. Where applicable, the Contractor shall cause each Subcontractor to provide insurance8

that complies with all applicable requirements of the Contractor-provided insurance as9set forth herein, in circumstances where the Subcontractor is not covered by the10Contractor-provided insurance. The Contractor shall have sole responsibility for11determining the limits of coverage required, if any, to be obtained by Subcontractors,12which determination shall be made in accordance with reasonable and prudent business13practices. In the event that a Subcontractor is required to add the Contractor as an14Additional Insured pursuant to its contract for Work at the Project, then the Contractor15shall also cause each Subcontractor to include the Contracting Agency and the16Additional Insureds, as Additional Insureds as well, for primary and noncontributory limits17of liability under each Subcontractor’s Commercial General Liability, Commercial18Automobile Liability, and any other coverages that may be required pursuant to a19“Special Provision”.20

218. Unless specifically noted otherwise in the Contract Documents, the parties to this22

Contract do not intend by any of the provisions of this Contract to cause the public or23any member thereof or any other Person to be a third-party beneficiary of the Contract24Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a25designated third-party beneficiary to this Contract to maintain a suit for personal injuries26or property damage pursuant to the terms or provisions of this Contract. It is the further27intent of the Contracting Agency and the Contractor in executing the Form of Contract28that no individual, firm, corporation, or any combination thereof that supplies materials,29labor, services, or equipment to the Contractor for the performance of the Work shall30become thereby a third-party beneficiary of this Contract.31

32The Contract Documents shall not be construed to create a contractual relationship of33any kind between the Contracting Agency and a Subcontractor or any other Person34except the Contractor.35

369. The Owners and Contractors Protective Insurance policy shall not be subject to a37

deductible or contain provisions for a deductible. The Commercial General Liability38policy and the Commercial Automobile Liability Insurance policy may, at the discretion39of the Contractor, contain such provisions. If a deductible applies to any claim under40these policies, then payment of that deductible will be the responsibility of the Contractor,41notwithstanding any claim of liability against the Contracting Agency. However, in no42event shall any provision for a deductible provide for a deductible in excess of43$50,000.00.44

4510. With the exception of the Commercial Automobile liability coverage, no policies of46

insurance required under this Section shall contain an arbitration or alternative dispute47resolution clause applicable to disputes between the insurer and its insureds. Any and48all disputes concerning (i) terms and scope of insurance coverage afforded by the49policies required hereunder and/or (ii) extra contractual remedies and relief, which may50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 55

be afforded policy holders in connection with coverage disputes, shall be resolved in1Washington Superior Court, applying Washington law.2

311. Prior to Contract execution, the Contractor shall file with the Department of4

Transportation, Contract Payment Section, PO Box 47420, Olympia, WA 98504-7420,5ACORD Form Certificates of Insurance evidencing the minimum insurance coverages6required under these Specifications. Within 30 days of being awarded a Contract, the7Contractor shall provide the Department with complete copies, which may be electronic8copies, of all insurance policies required under this Section and any Special Provisions.9

1012. Prior to Contract execution, the Contractor shall file with The Tulalip Tribes, ACORD11

Form Certificates of Insurance evidencing the minimum insurance coverages required12under these Specifications. Within 30 days of being awarded a Contract, the Contractor13shall provide The Tulalip Tribes with complete copies, which may be electronic copies,14of all insurance policies required under this Section and any Special Provisions.15

1613. The Contractor shall provide a 30 day in advance written notice to The Tulalip Tribes of17

any policy cancellations and provide the Department of Transportation, Contract18Payment Section, PO Box 47420, Olympia, WA 98504-7420, by U.S. Mail, notice of any19policy cancellation within 2 business days of receipt of cancellation.20

2114. Failure on the part of the Contractor to maintain the insurance as required, or not to22

provide certification and copies of the insurance prior to the time specified in Subsection2311 and 12 above, shall constitute a material breach of Contract upon which the24Contracting Agency may, after giving 5-business days’ notice to the Contractor to correct25the breach, immediately terminate the Contract or, at its discretion, procure or renew26such insurance and pay any and all premiums in connection therewith, with any sums27so expended to be repaid to the Contracting Agency on demand, or at the sole discretion28of the Contracting Agency, offset against funds due the Contractor from the Contracting29Agency. All costs for insurance, including any payments of deductible amounts, shall be30considered incidental to and included in the unit Contract prices and no additional31payment will be made.32

331-07.19 Gratuities34The first paragraph of Section 1-07.19 is revised to read:35

36(******)37The Contractor shall not extend any loan, gratuity, or gift of money in any form whatsoever to38any employee or officer of the Contracting Agency or the State; nor will the Contractor rent or39purchase any equipment or materials from any employee or officer of the Contracting Agency40or the State. Before payment of the final estimate will be made, the Contractor shall execute41and furnish the Contracting Agency an affidavit certifying compliance with these provisions of42the Contract.43

441-07.23 Public Convenience and Safety45

461-07.23(1) Construction Under Traffic47Section 1-07.23(1) is supplemented with the following:48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 56

(January 2, 2012)1Work Zone Clear Zone2The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The3WZCZ applies only to temporary roadside objects introduced by the Contractor’s4operations and does not apply to preexisting conditions or permanent Work. Those work5operations that are actively in progress shall be in accordance with adopted and approved6Traffic Control Plans, and other contract requirements.7

8During nonworking hours equipment or materials shall not be within the WZCZ unless9they are protected by permanent guardrail or temporary concrete barrier. The use of10temporary concrete barrier shall be permitted only if the Engineer approves the11installation and location.12

13During actual hours of work, unless protected as described above, only materials14absolutely necessary to construction shall be within the WZCZ and only construction15vehicles absolutely necessary to construction shall be allowed within the WZCZ or16allowed to stop or park on the shoulder of the roadway.17

18The Contractor's nonessential vehicles and employees private vehicles shall not be19permitted to park within the WZCZ at any time unless protected as described above.20

21Deviation from the above requirements shall not occur unless the Contractor has22requested the deviation in writing and the Engineer has provided written approval.23

24Minimum WZCZ distances are measured from the edge of traveled way and will be25determined as follows:26

27RegulatoryPosted Speed

Distance FromTraveled Way(Feet)

35 mph or less 10 *40 mph 1545 to 55 mph 2060 mph or greater 30

* or 2 feet beyond the outside edge of sidewalk2829

Minimum Work Zone Clear Zone Distance3031

(******)32Shoulder, Lane, Ramp, Roadway and Rolling Slowdown Closures33Shoulder, lane, ramp, roadway and rolling slowdown closures are prohibited at all times except34as provided in these Special Provisions:35

36Temporary shoulder closures will be permitted as follows:37

38NB I-539

40Sunday 8:00 p.m. to 2:00 p.m. (the following day)41Monday 7:00 p.m. to 2:00 p.m. (the following day)42Tuesday 7:00 p.m. to 2:00 p.m. (the following day)43

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 57

Wednesday 7:00 p.m. to 2:00 p.m. (the following day)1Thursday 7:00 p.m. to NOON (the following day)2

3SB I-54

5Sunday 8:00 p.m. to 5:00 a.m. (the following day)6Monday 6:00 p.m. to 5:00 a.m. (the following day)7Tuesday 6:00 p.m. to 5:00 a.m. (the following day)8Wednesday 6:00 p.m. to 5:00 a.m. (the following day)9Thursday 6:00 p.m. to 5:00 a.m. (the following day)10

11I-5 Lane closures will be permitted as follows, which includes the adjacent shoulders:12

13NB Single Lane and Median Single lane Closure at Interchange14

15Sunday 8:00 p.m. to 9:00 a.m. (the following day)16Monday 8:00 p.m. to 9:00 a.m. (the following day)17Tuesday 8:00 p.m. to 9:00 a.m. (the following day)18Wednesday 8:00 p.m. to 9:00 a.m. (the following day)19Thursday 8:00 p.m. to 9:00 a.m. (the following day)20

21NB Double Outside and Median Work Lane Closure22

23Sunday 11:00 p.m. to 5:30 a.m. (the following day)24Monday 11:00 p.m. to 5:30 a.m. (the following day)25Tuesday 11:00 p.m. to 5:30 a.m. (the following day)26Wednesday 11:00 p.m. to 5:30 a.m. (the following day)27Thursday 11:00 p.m. to 5:30 a.m. (the following day)28

29SB Single Lane and Median Single lane Closure at Interchange30

31Sunday 9:00 p.m. to 5:00 a.m. (the following day)32Monday 7:00 p.m. to 5:00 a.m. (the following day)33Tuesday 7:00 p.m. to 5:00 a.m. (the following day)34Wednesday 7:00 p.m. to 5:00 a.m. (the following day)35Thursday 7:00 p.m. to 5:00 a.m. (the following day)36

37SB Double Outside and Median Work Lane Closure38

39Sunday 11:00 p.m. to 4:00 a.m. (the following day)40Monday 9:30 p.m. to 4:00 a.m. (the following day)41Tuesday 9:30 p.m. to 4:00 a.m. (the following day)42Wednesday 9:30 p.m. to 4:00 a.m. (the following day)43Thursday 9:30 p.m. to 4:00 a.m. (the following day)44

45I-5 Ramp total closures will be permitted as follows:46

47NB I-5 Off-Ramp Closure48

49Sunday 9:00 p.m. to 6:00 a.m. (the following day)50Monday 10:00 p.m. to 6:00 a.m. (the following day)51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 58

Tuesday 10:00 p.m. to 6:00 a.m. (the following day)1Wednesday 10:00 p.m. to 6:00 a.m. (the following day)2Thursday 10:00 p.m. to 6:00 a.m. (the following day)3

4A maximum of seven overnight roadway closures are permitted for the NB I-5 to5116th Street NE Exit Ramp.6

7NB I-5 On-Ramp Closure8

9Sunday 9:00 p.m. to 6:00 a.m. (the following day)10Monday 9:00 p.m. to 6:00 a.m. (the following day)11Tuesday 9:00 p.m. to 6:00 a.m. (the following day)12Wednesday 9:00 p.m. to 6:00 a.m. (the following day)13Thursday 9:00 p.m. to 6:00 a.m. (the following day)14

15A maximum of seven overnight ramp closures are permitted for the 116th St. NE16Ramp to NB I-5.17

18SB I-5 Off-Ramp Closure19

20Sunday 9:00 p.m. to 5:00 a.m. (the following day)21Monday 8:00 p.m. to 5:00 a.m. (the following day)22Tuesday 8:00 p.m. to 5:00 a.m. (the following day)23Wednesday 8:00 p.m. to 5:00 a.m. (the following day)24Thursday 8:00 p.m. to 5:00 a.m. (the following day)25

26A maximum of seven overnight ramp closures are permitted for the SB I-5 to 116th27Street NE Exit Ramp.28

29SB I-5 On-Ramp Closure30

31Sunday 10:00 p.m. to 4:00 a.m. (the following day)32Monday 10:00 p.m. to 4:00 a.m. (the following day)33Tuesday 10:00 p.m. to 4:00 a.m. (the following day)34Wednesday 10:00 p.m. to 4:00 a.m. (the following day)35Thursday 10:00 p.m. to 4:00 a.m. (the following day)36

37A maximum of seven overnight ramp closures are permitted for the 116th Street38NE Ramp to SB I-5.39

40Full Roadway Closures for testing the underdeck water and sewer lines:41

42Full I-5 Closure43

44Sunday 11:59 p.m. to 3:00 a.m. (the following day)45Monday 11:59 p.m. to 3:00 a.m. (the following day)46Tuesday 11:59 p.m. to 3:00 a.m. (the following day)47Wednesday 11:59 p.m. to 3:00 a.m. (the following day)48Thursday 11:59 p.m. to 3:00 a.m. (the following day)49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 59

A maximum of one I-5 simultaneous closure is permitted for the testing of the water1and sewer utility pipes over I-5. This is a full closure to include the roadway and2shoulders. 116th ST NE will be closed between the ramp terminals concurrently.3The 116th Street NE ramps will remain open for detouring.4

5The Contractor shall utilize Washington State Patrol officer(s), (minimum of one6patrol vehicle in each direction) to assist with and/or provide enforcement of the I-75 roadway closures.8

9116th Street NE Closure10For testing the underdeck water and sewer lines and installing sign bridges:11

12Friday 11:30 p.m. to 7:30 a.m. Saturday13Saturday 11:00 p.m. to 8:00 a.m. Sunday14

15A maximum of five overnight roadway closures of 116th Street NE will be allowed16for the installation of the signal system and adjacent sign bridges and the testing17of the Sewer and water lines.18

19The Contractor shall utilize Washington State Patrol officer(s) (minimum of one20patrol vehicle in each direction) to assist with and/or provide enforcement of the21full I-5 roadway closures.22

23A minimum of two lanes (one lane in each direction) shall be maintained on 116th24Street NE, during lane closure hours, except for short duration closure, 20-minute25maximum, for staging adjustments to temporary signal heads and temporary26roadway channelization. This operation will be permitted as follows:27

28Sunday 11:59 p.m. to 3:00 a.m. (the following day)29Monday 11:59 p.m. to 3:00 a.m. (the following day)30Tuesday 11:59 p.m. to 3:00 a.m. (the following day)31Wednesday 11:59 p.m. to 3:00 a.m. (the following day)32Thursday 11:59 p.m. to 3:00 a.m. (the following day)33

34116th Street NE Single lane closures (one lane in each direction) shall be allowed for35installation of sidewalks, curbing and signal system installation during the following hours:36

37Sunday 9:00 a.m. to 3:00 p.m.38Monday 9:00 a.m. to 3:00 p.m.39Tuesday 9:00 a.m. to 3:00 p.m.40Wednesday 9:00 a.m. to 3:00 p.m.41Thursday 9:00 a.m. to 3:00 p.m.42Friday 9:00 a.m. to 3:00 p.m.43

44Saturday 11:59 p.m. to 3:00 a.m. (the following day)45

46If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer47may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any48change in the closure hours.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 60

Lane, ramps, roadways and rolling slowdown closures are not allowed on any of the following1which shall take precedence over the allowable closures listed above:2

31. A holiday,42. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are5

considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the6holiday.7

3. After noon on the day prior to a holiday or holiday weekend, and84. Before noon on the day after the holiday or holiday weekend.95. The two-hour period prior to and the two-hour period after an event at the Tulalip10

Amphitheatre when attendance exceeds 1,500116. The two weeks prior to, including the 4th of July holiday127. Thanksgiving through New Year’s Day138. Midnight through noon the day following a holiday or holiday weekend.149. Good Friday (Friday before Easter)1510. Easter Monday (Monday following Easter)1611. Canadian Holidays:17

a. Queen’s Birthday/Victoria Day (closest Monday to May 20th)18b. Canada Day/Dominion Day (July 1)19c. B.C. Day (first Monday in August)20d. Thanksgiving Day (second Monday in October)21

12. Marysville Strawberry Festival (typically a one week event in June each year)2213. Arlington Fly-In (typically 3 day event in July each year)2314. Everett Half Marathon (April)2415. Everett XFinity Arena events with an anticipated attendance of 5,000 or higher25

26The Contractor is responsible to obtain or verify the dates for all events listed27

28(******)29Construction vehicles using a closed traffic lane shall travel only in the normal direction of30traffic flow unless expressly allowed in an approved traffic control plan. Construction vehicles31shall be equipped with flashing or rotating amber lights.32

33Work over an open lane of traffic will not be allowed, unless a plan for the protection of the34traveling public from debris falling onto the traveled way is approved by the Engineer. This35protection shall remain in place during construction and meet minimum vertical clearance for36the highway.37

38Controlled Access39No special access or egress will be allowed the Contractor other than normal legal movements40or as shown in the Plans. Construction vehicles are prohibited from crossing any of the41interchange ramps to travel between construction accesses that are located on both sides of42a ramp.43

44Physical reductions of the width of thru traveling lanes are subject to the following restrictions:45

46The Contractor shall not reduce the traveled way to a single lane with a clear width of less47than 16 feet for a duration that exceeds 4 calendar days without prior approval of the48Engineer. The Contractor shall submit a request for a width reduction that exceeds 449calendar days to the engineer no later than 30 calendar days prior to the start of the50proposed width reduction. At a minimum, this request shall include:51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 61

1. Schedule showing the planned beginning date and end date of the width reduction.12. Plans showing the limits and cross-sections showing the clear distance provided2

during the width reduction.33. Details of available detour routes.44. Plan to provide temporary windows of a minimum 16 foot width periodically during5

the width reduction, when possible.67

The Engineer will reply, in writing, to the request within 7 calendar days. The Contractor8shall immediately notify the Engineer if there are any changes to the schedule for the width9reduction.10

11(******)12Traffic Blockage for Mast Arm Erection13During erection of mast arm assemblies, the Contractor may, with the authorization of the14Engineer, block all traffic for maximum durations of 20 minutes between the hours of 11:00pm15and 3:00am, Monday thru Thursday nights. These 20-minute blockages shall be separated by16an interval long enough to allow the delayed vehicles to clear.17

18(******)19Signal Turn-On20Signal turn-on for new or rebuilt control equipment will be permitted Monday through21Thursday, between 10:00 PM and 11:59 PM (nightly).22

23(NWR March 7, 2005)24The Contractor shall, at no additional cost to the Contracting Agency, provide Washington25State Patrol officer(s), having jurisdiction in the area, to manually control intersections during26signal turn-on.27

28(******)29Advance Notification30The Contractor shall notify the Engineer in writing 14 calendar days in advance of any roadway31closure, ramp closure, or both.32

33The Contractor shall notify the Engineer in writing five calendar days in advance of any lane34closure, shoulder closure, sidewalk closure, or some combination.35

36The Contractor shall submit a detailed schedule which includes all dates and times for traffic37control needs for each roadway, lane, ramp, or shoulder closure associated with authorized38Traffic Control Plans to the Engineer for review and acceptance by 12:00 p.m. (noon) of the39Monday three weeks prior to implementing the traffic control plan. The schedule shall include40dates, times, and identification of critical path Work activities that require traffic control. Due41to other work in the area, submittal of detailed traffic control schedule does not ensure42acceptance of the dates and time of the proposed traffic control schedule. Within 14 calendar43days of the submittal, the Engineer will notify the Contractor of the acceptance of all or portions44of the traffic control schedule. Any change to the schedule shall be resubmitted to the Engineer45and shall restart the review and acceptance process.46

4748

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 62

(******)1Public Notification2The Contractor shall furnish and install information signs that provide advance notification of3a ramp closure, road closure, or both, a minimum of 5 working days prior to the closure. The4signs shall have a black legend on a white reflective background. Sign locations, messages,5letter sizes, and sign sizes are shown in the Plans.6

7The Contractor shall notify the Washington State Patrol; local fire, police, emergency service,8and city engineering departments; Community Transit (Dana Osborn 425-348-7191) when9applicable; other transit companies; and the affected school district(s) in writing a minimum of105 working days prior to each closure. The Contractor shall furnish copies of these notifications11to the Engineer.12

13Section 1-07.23(2) is supplemented with the following:14

15(NWR March 6, 2000)16Detour routes shall be provided as shown in the Plans.17

18(NWR March 6, 2000)19No two consecutive on-ramps or exits shall be closed at the same time.20

211-07.26 Personal Liability of Public Officers22Section 1-07.26 is revised to read:23

24(******)25Neither The Tulalip Tribes, the Governor, the Commission, the Secretary, the Engineer, nor26any other officer or employee of the State shall be personally liable for any acts or failure to27act in connection with the Contract, it being understood that in such matters, they are acting28solely as agents of the State.29

301-07.27 No Waiver of State’s Legal Rights31Section 1-07.27 including title is revised to read:32

33(******)341-07.27 No Waiver of The Tulalip Tribes and State’s Legal Rights35

36The Tulalip Tribes and the State shall not be precluded or estopped by any measurement,37estimate, or certificate made either before or after the completion and acceptance of the38Work and payment therefore from showing the true amount and character of the Work39performed and materials furnished by the Contractor, or from showing that any such40measurement, estimate, or certificate is untrue or incorrectly made, or that the Work or41materials do not conform in fact to the Contract. The Tulalip Tribes and the State shall not42be precluded or estopped, notwithstanding any such measurement, estimate, or43certificate, and payment in accordance therewith, from recovering from the Contractor and44the Sureties such damages as it may sustain by reason of the Contractor’s failure to45comply with the terms of the Contract. Neither the acceptance by The Tulalip Tribes or the46Secretary, nor any payment for the whole or any part of the Work, nor any extension of47time, nor any possession taken by The Tulalip Tribes or the State shall operate as a waiver48of any portion of the Contract or of any power herein reserved or any right to damages49herein provided, or bar recovery of any money wrongfully or erroneously paid to the50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 63

Contractor. A waiver of any breach of the Contract shall not be held to be a waiver of any1other or subsequent breach.2

3The Contractor and The Tulalip Tribes recognize that the impact of overcharges to The4Tulalip Tribes by the Contractor resulting from antitrust law violations by the Contractor’s5suppliers or Subcontractors adversely affects The Tulalip Tribes rather than the6Contractor. Therefore, the Contractor agrees to assign to The Tulalip Tribes any and all7claims for such overcharges.8

91-08 Prosecution and Progress10Section 1-08 is supplemented with the following:11

12(******)13Preconstruction Conference14Prior to the Contractor beginning the Work, a preconstruction conference will be held between15the Contractor, the Engineer, the Contracting Agency and such other interested parties as16may be invited. The purpose of the preconstruction conference will be:17

1. To review the initial progress schedule;182. To establish a working understanding among the various parties associated or affected19

by the work;203. To establish and review procedures for progress payment, notifications, approvals,21

submittals, etc.224. To establish normal working hours for the work;235. To review safety standards and traffic control; and246. To discuss such other related items as may be pertinent to the work.25

26The Contractor shall prepare and submit at the preconstruction conference the following:27

1. A breakdown of all lump sum items;282. A preliminary schedule of working drawing submittals; and293. A list of material sources for approval if applicable.30

311-08.1 Subcontracting32Section 1-08.1 is supplemented with the following:33

34(******)35Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall36submit to the Engineer a certification (WSDOT Form 420-004 EF) that a written agreement37between the Contractor and the Subcontractor or between the Subcontractor and any lower38tier subcontractor has been executed. This certification shall also guarantee that these39subcontract agreements include all the documents required by the Special Provisions.40

41A subcontractor or lower tier subcontractor will not be permitted to perform any work under42the contract until the following documents have been completed and submitted to the43Engineer:44

451. Request to Sublet Work (Form 421-012 EF), and462. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-47

aid Projects (Form 420-004 EF) and483. An approved Tulalip Tribes TERO Compliance Plan for the Subcontractor.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 64

The Contractor's records pertaining to the requirements of this Special Provision shall be open1to inspection or audit by representatives of the Contracting Agency during the life of the2contract and for a period of not less than 3 years after the date of acceptance of the contract.3The Contractor shall retain these records for that period. The Contractor shall also guarantee4that these records of all subcontractors and lower tier subcontractors shall be available and5open to similar inspection or audit for the same time period.6

71-08.4 Prosecution of Work8Section 1-08.4 is supplemented with the following:9

10(******)11Construction Coordination Meetings12The Contracting Agency or its authorized representative will schedule and administer13construction coordination meetings on a weekly basis with the Engineer, Contractor,14subcontractors and other interested parties. The Contractor shall actively and regularly15prepare for, attend and participate in these meetings throughout the duration of the project16until Contract Completion. The purpose of these meetings is to coordinate and facilitate17communication between the parties to facilitate the performance of their respective18responsibilities and the successful completion of the project.19

20The Contracting Agency will establish the weekly meeting times, dates and location with21agreement from the Engineer and Contractor.22

23Project meetings shall be held at a location designated by the Contracting Agency.24

25The Contracting Agency will make physical arrangements for meetings, prepare agenda with26copies for participants, preside at meetings, record minutes and distribute copies within 527working days to participants and those affected by decisions made at meetings.28

29Attendance: Contracting Agency, Engineer, Contractor's Project Manager and Project30Superintendent all as appropriate to address agenda topics for each meeting. Major31subcontractors and suppliers shall attend when requested by the Contracting Agency,32Engineer or Contractor.33

34The specific administrative and procedural requirements for project meetings including but not35limited to Safety, RFI Status, Contract Submittals, Materials Submittals, RFPs, Field36Directives, Change Orders, project schedule and 2 week look ahead, Working Days, Critical37path items, Contract compliance, Pay applications, and open discussion.38

39Safety40All parties agree that they are responsible for compliance with all tribal, local, and federal laws,41regulations, and standards that pertain to safety, as those laws, regulations, and standards42apply to their employees. All parties recognize that the responsibility for employee safety rests43with each employer respectively. Each contractor (prime or sub) shall be responsible for the44safety of its own employees. The Contracting Agency accepts no responsibility for, nor will it45provide any safety consultation, monitoring, or enforcement to any contractor on the site46concerning the safety of contractor’s employees. Any safety equipment needed on the job,47including but not limited to PPE, shall be furnished by each contractor for its employees.48

49The Contracting Agency will regard safety on this project to be of the utmost importance.50Under no conditions shall safety requirements be waived for the sake of cost, schedule, or51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 65

convenience. SAFETY MAY BE USED AS CRITERIA FOR APPROVAL OF PAY1APPLICATIONS. Unsafe conditions, lack of proper and or untimely documentation and2submittals, and lack of adherence to safety rules and requirements will not be tolerated.3

4Each contractor, AS A MINIMUM, shall follow all tribal, local, and federal laws regarding worker5safety. This shall include all requirements of OSHA and referenced standards therein included.6

7The Contracting Agency may, at various times, request voluntary OSHA inspections. Each8contractor shall immediately correct and respond to any violations in writing to the Contracting9Agency, and to the appropriate agency.10

11Indiscriminate accumulations of debris, waste, or scrap in work areas will not be permitted.12(Areas must be designated for storage or disposal.) All materials, tools, and equipment must13be stored in an orderly manner in designated areas.14

15Safety Program16

17A. Contractor shall submit, within ten days of Notice to Proceed, a copy of its company18

safety program including jobsite specific safety plans. This program shall incorporate19all lower-tier subcontractor safety information or separate policies shall be submitted20for all lower-tier subcontractors used on the project. This safety policy shall conform21to all OSHA requirements and shall include as follows:22

23B. A Hazard Communications Program, including site specific Materials Safety Data24

Sheets (MSDS) for all chemicals used by Contractor and its subcontractors.251. Provisions for continual training of all on-site employees. This shall be done by26

holding weekly safety toolbox talks, documented by signed attendance sheets27with safety topic submitted to the Contracting Agency at each weekly project28meeting.29

2. Weekly jobsite safety inspections shall be completed by each Contractor.303. Designation and continual training of competent persons for the project.314. Contractor shall provide services of a competent safety person (as defined by32

OSHA) for the project to inspect the project for safety hazards related to their33Work. The safety person should not be one of the superintendents dedicated34to this Project; however, the safety person shall be on-site whenever Work is35being performed by Contractor. The safety person shall attend the Project36coordination meetings.37

5. Contractor, with assistance from all contractors’ safety persons, shall perform38a monthly total Project safety audit conducted by a company safety officer or39independent consultant of the Contractor. Results of the safety audit shall be40submitted to the Contracting Agency and distributed to all contractors the same41day the audit is conducted by Contractor. If a contractor does not immediately42address any observed or noted safety concern, Contractor’s company safety43officer or independent consultant shall contact the Owner, through the44Contracting Agency. Contractor’s company safety officer or independent45consultant, with assistance from Contractor’s competent safety person, shall46record all accidents for the Project and report their findings to the Owner,47through the Contracting Agency.48

6. Provisions for enforcement of the safety policies by Site Foreman,49Superintendent and or Project Manager.50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 66

7. Documentation that each on-site employee has been trained in general safety1and has been informed of the location of the Safety Program, Haz-Com2Program and Emergency procedures on this project.3

4Submittals5A. Company safety programs, as described above, shall be submitted to the6

Contracting Agency within ten days of Notice to Proceed or Letter of Intent to7Award. Additions to the program, such as documentation of training as new8employees arrive at the site, shall be forwarded to the Contracting Agency. All9contractor Safety Programs, and Haz-Com Programs, with MSDS Sheets, will be10kept in one central location within the Contractor’s office throughout the duration11of the project.12

B. Contractor is required to conduct and all employees are required to attend a “Tool13Box” type safety meeting once a week. These meetings may either be presided over14by Contractor’s foreman or another competent representative designated by15Contractor. The Contracting Agency’s personnel are available to participate in these16safety meetings.17Contractor will be responsible to submit WEEKLY tool box safety meeting minutes18to the Contracting Agency while Contractor has employees on-site.19

C. All weekly inspections will be documented by Contractor and submitted to the20Owner, through the Contracting Agency. Contractor shall immediately correct all21deficiencies and submit a list of corrective actions within oneworking day, or sooner22if required, of safety inspection.23

D. Subject specific daily and or weekly inspections by Contractor, including temporary24electric, crane, or other work activities as required, shall be timely submitted to the25Owner, through the Contracting Agency.26

Training27A. Contractor shall ensure that employee designated as Project Competent Person28

has been fully trained for this task and has the full authority to take corrective action29when required.30

B. Contractor shall provide continual training to Project Competent Person,31Superintendent, and Foreman as required by tribal or OSHA standards.32

C. The Contracting Agency may recommend General Safety Topics to enable33Contractor’s supervising personnel to train employees if a Contractor requests such34assistance.35

361-08.5 Time for Completion37The third and fourth paragraphs of Section 1-08.5 are revised to read:38

39(******)40

41Each working day shall be charged to the contract as it occurs, until the contract work is42physically complete. If substantial completion has been granted and all the authorized working43days have been used, charging of working days will cease. Each week the Engineer will44provide the Contractor a statement that shows the number of working days: 1) charged to the45contract the week before; 2) specified for the Physical Completion of the contract; and 3)46remaining for the Physical Completion of the contract. The statement will also show the47nonworking days and any partial or whole day the Engineer declares as unworkable. Within48ten calendar days after the date of each statement, the Contractor shall file a written protest49of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in50sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 67

not filing such detailed protest in that period, the Contractor shall be deemed as having1accepted the statement as correct. If the Contractor is approved to work ten hours a day and24 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked3would ordinarily be charged as a working day then the fifth day of that week will be charged4as a working day whether or not the Contractor works on that day.5

6The sixth paragraph of Section 1-08.5 is revised to read:7

8(******)9The Engineer will give the Contractor written notice of the completion date of the contract after10all the Contractor’s obligations under the contract have been performed by the Contractor.11The following events must occur before the Completion Date can be established:12

131. The physical work on the project must be complete; and142. The Contractor must furnish all documentation required by the contract and required15

by law, to allow the Contracting Agency to process final acceptance of the contract.16The following documents must be received by the Project Engineer prior to17establishing a completion date:18

19a. Certified Payrolls (per Section 1-07.9(5)).20

21b. Material Acceptance Certification Documents22

23d. Final Contract Voucher Certification24

25e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the26

Contractor and all Subcontractors2728

f. Property owner releases per Section 1-07.242930

g. An original signed and notarized Final Waiver and Release of Claim Form31from the Contractor.32

33h. Original signed and notarized Final Waiver and Release of Claim Form for34

all Subcontractors and Material Suppliers regardless of tier.3536

i. Affidavit from the Tulalip Tribes TERO office that the TERO Fee for the37Project has been paid.38

39Section 1-08.5 is supplemented with the following:40

41(******)42This project shall be physically completed within 200 working days.43

441-08.9 Liquidated Damages45Section 1-08.9 is supplemented with the following:46

47(******)48The closure of I-5 and 116th Street NE mainline lanes and ramps will result in substantial49traffic impacts. These closures will cause delays to the traveling public, increase fuel50consumption, vehicle operating cost, pollution, and other inconveniences and harm.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 68

1Accordingly, the Contractor agrees:2

31. To pay $2,000.00 liquidated damages per 15 minutes per for each 15 minute period4

prorated to the nearest 5 minutes that all lanes of SB I-5 are not open by the5scheduled opening time following a full roadway closure..6

72. To pay $2,000.00 liquidated damages per 15 minutes for each 15 minute period8

prorated to the nearest 5 minutes that all lanes of NB I-5 are not open by the9scheduled opening time following a full roadway closure.10

113. To pay $1,000.00 liquidated damages per 15 minutes for each 15 minute period12

prorated to the nearest 5 minutes that all lanes of 116th St. NE are not open by the13scheduled opening time following a full roadway closure.14

154. To pay $1,000.00 liquidated damages per 15 minutes for each 15 minute period16

prorated to the nearest 5 minutes that all lanes of SB I-5 are not opened by the17scheduled opening time following a single lane closure.18

195. To pay $2,000.00 liquidated damages per 15 minutes for each 15 minute period20

prorated to the nearest 5 minutes that all lanes of SB I-5 are not opened by the21scheduled opening time following a double lane closure.22

236. To pay $1,000.00 liquidated damages per 15 minutes for each 15 minute period24

prorated to the nearest 5 minutes that all lanes of NB I-5 are not opened by the25scheduled opening time following a single lane closure.26

277. To pay $2,000.00 liquidated damages per 15 minutes for each 15 minute period28

prorated to the nearest 5 minutes that all lanes of NB I-5 are not opened by the29scheduled opening time following a double lane closure.30

318. To pay $200.00 liquidated damages per 15 minutes for each 15 minute period32

prorated to the nearest 5 minutes that all lanes of NE 116th St. are not opened by33the scheduled opening time following a single lane closure.34

359. To pay $300.00 liquidated damages per 15 minutes for each 15 minute period36

prorated to the nearest 5 minutes that a ramp is not opened by the scheduled37opening time following a full ramp closure.38

3910. To authorize the Engineer to deduct these liquidated damages from any money due40

or coming due to the Contractor.4142

Unplanned disruptions to the Intelligent Transportation System (ITS) will result in impacts to43the traveling public, increase fuel consumption, vehicle operating costs, pollution, and other44inconveniences and harm far in excess of those resulting from delay of most projects.45

46Accordingly, the Contractor agrees:47

481. To pay $250.00 liquidated damages per 15 minutes for each 15 minute period that the49

Contractor fails to restore the proper operation of an existing ITS element following an50unplanned disruption as specified in the subsection Existing System Disruption and51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 69

Restoration of the Special Provision INTELLIGENT TRANSPORTATION SYSTEM1(ITS).2

32. To authorize the Engineer to deduct these liquidated damages from any money4

due or coming to the Contractor.56

1-08.10 Termination of Contract78

Section 1-08.10 is deleted in its entirety.910

1-09 Measurement and Payment1112

1-09.6 Force Account13(October 10, 2008 APWA GSP)14

15Supplement this Section with the following:16

17The Contracting Agency has estimated and included in the Proposal, dollar amounts for all18items to be paid per force account, only to provide a common proposal for Bidders. All such19dollar amounts are to become a part of Contractor's total bid. However, the Contracting20Agency does not warrant expressly or by implication that the actual amount of work will21correspond with those estimates. Payment will be made on the basis of the amount of work22actually authorized by Engineer.23

241-09.8 Payment For Material On Hand25The last paragraph of Section 1-09.8 is revised to read:26

27(August 3, 2009)28The Contracting Agency will not pay for material on hand when the invoice cost is less than29$2,000. As materials are used in the work, credits equaling the partial payments for them will30be taken on future estimates. Each month, no later than the estimate due date, the Contractor31shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid32on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount33of the material incorporated into each of the various work items for the month, and 3) the34amount that should be retained in material on hand items. If work is performed on the items35and the Contractor does not submit a letter, all of the previous material on hand payment will36be deducted on the estimate. Partial payment for materials on hand shall not constitute37acceptance. Any material will be rejected if found to be faulty even if partial payment for it has38been made.39

401-09.9 Payments41

421-09.9(1) Retainage43Section 1-09.9(1) is revised to read:44

45(******)46The Contracting Agency shall retain from each progress estimate a sum of 5 percent of47the monies earned by the Contractor. Monies retained shall be held in a fund by the48Contracting Agency.49

50Release of the retainage will be made 60 days following the Completion Date, provided51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 70

the following conditions are met:12

1. On Contracts totaling more than $35,000, a release has been obtained from the3Washington State Department of Revenue.4

2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with5the Contracting Agency (RCW 39.12.040).6

3. A certificate of Payment of Contributions Penalties and Interest on Public Works7Contract is received from the Washington State Employment Security Department.8

4. Washington State Department of Labor and Industries (per Section 1-07.10) shows9the Contractor is current with payments of industrial insurance and medical aid10premiums.11

5. All claims, as provided by law, filed against the retainage have been resolved. In12the event claims are filed and provided the conditions of 1, 2, 3, and 4 are met, the13Contractor will be paid such retained percentage less an amount sufficient to pay14any such claims together with a sum determined by the Contracting Agency15sufficient to pay the cost of foreclosing on claims and to cover attorney’s fees.16

171-09.11 Disputes and Claims18Section 1-09.11 is revised to read:19

20(******)21Forum For Equitable Relief22The Tribal Court of the Tulalip Tribes of Washington shall have exclusive jurisdiction over any23action or proceeding for any injunction or declaratory judgment concerning any agreement or24performance under the Contract Documents or in connection with the Project. Any such action25or proceeding arising out of or related in any way to the Contract or performance thereunder26shall be brought only in the Tribal Court of the Tulalip Tribes of Washington and the Contractor27irrevocably consents to such jurisdiction and venue. The Contract shall be governed by the28law of the State of Washington.29

30Forum For Money Damages31The Tribal Court of the Tulalip Tribes of Washington shall be the exclusive jurisdiction for any32action or proceeding for any injunction or declaratory judgment concerning any agreement or33performance under the Contract Documents or in connection with the Project. The Tribal Court34of the Tulalip Tribes of Washington shall be the exclusive jurisdiction for any action or35proceeding by the Contractor or the Contractor’s Surety, if applicable, for any money damages36concerning any agreement or performance under the Contract Documents or in connection37with the Project.38

391-09.13 Claims Resolution40Section 1-09.13 is deleted in its entirety.41

421-10 Temporary Traffic Control43

441-10.2 Traffic Control Management45

461-10.2(1) General47Section 1-10.2(1) is supplemented with the following:48

49(January 3, 2017)50Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 71

State of Washington. The Traffic Control Supervisor shall be certified by one of the following:12

The Northwest Laborers-Employers Training Trust327055 Ohio Ave.4Kingston, WA 983465(360) 297-30356

7Evergreen Safety Council812545 135th Ave. NE9Kirkland, WA 98034-8709101-800-521-077811

12The American Traffic Safety Services Association1315 Riverside Parkway, Suite 10014Fredericksburg, Virginia 22406-102215Training Dept. Toll Free (877) 642-463716Phone: (540) 368-170117

181-10.3 Traffic Control Labor, Procedures, and Devices19

201-10.3(1) Traffic Control Labor21

221-10.3(1)B Other Traffic Control Labor23Section 1-10.3(1)B is supplemented with the following:24

25(******)26The Contractor shall utilize Washington State Patrol officer(s), having jurisdiction in the27area, to provide enforcement of the I-5 roadway closures and 116th Street NE roadway28closures.29

301-10.4 Measurement31

321-10.4(1) Lump Sum Bid for Project (No Unit Items)33Section 1-10.4(1) is supplemented with the following:34

35(August 2, 2004)36The proposal contains the item “Project Temporary Traffic Control”, lump sum. The provisions37of Section 1-10.4(1) shall apply.38

3940

Division 241Earthwork42

432-01 Clearing, Grubbing and Roadside Cleanup44

452-01.3 Construction Requirements46Section 2-01.3 is supplemented with the following:47

48(NWR November 10, 2014)49Roadside Restoration50The Contractor shall avoid and minimize impacts to all portions of the roadside or adjacent51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 72

landscapes to the maximum extent possible according to Section 1-07.16(1). Vegetated areas1that are unavoidably damaged due to the performance or installation of the specified Work2shall be restored in kind to the original condition or as approved by the Engineer.3

4All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable5sections of the Standard Specifications or Special Provisions, whichever may apply.6

7All Work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable8sections of the Standard Specifications.9

10The Contractor shall review the Work with the Engineer and receive approval to proceed prior11to commencing roadside restoration Work12

13(NWR August 31, 2015)14The Contractor shall protect the root systems of the existing vegetation designated to be15saved during clearing and grubbing activities. The Contractor's operations shall be conducted16so vehicles and equipment do not operate, haul, park, or perform other activity within the drip17line of vegetation designated to be saved.18

192-01.3(1) Clearing20Section 201.3(1) is supplemented with the following:21

22(NWR November 10, 2014)23Herbicide Applications Prior to Clearing and Grubbing24The living unwanted vegetation as defined below shall be treated with an approved25herbicide two times prior to vegetation and soil disturbance within the specified site.26

27Unwanted Vegetation28In addition to noxious weeds, unwanted vegetation within roadside and mitigation29areas throughout the project limits includes:30

31· Butterfly bush (Buddleia spp.)32· Canadian thistle (Cirsium arvense)33· Common reed (Phragmites australis)34· Evergreen blackberry (Rubus laciniatus)35· Giant hogweed (Heracleum mantegazzianum)36· Hedge bindweed (Calystegia sepium)37· Himalayan blackberry (Rubus discolor or R. procerus)38· Knotweed (Polygonum cuspidatum, P. bohemicum, P. sachalinense,39

P. polystachyum)40· Purple loosestrife (Lythrum salicaria)41· Reed Canarygrass (Phalaris arundinacea)42· Scotch broom (Cytisus scoparius)43

44The Contractor shall include the proposed timing of this work in the progress schedule45in accordance with Section 1-08.3. The Weed and Pest Control Plan as specified in46Section 8-02.3(2) shall be submitted and approved prior to beginning this work.47

48Herbicide applications shall be made between March 1 and September 30. Two weeks49or more after the first herbicide application and prior to clearing and grubbing, the50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 73

Contractor shall cut and clear dead vegetation to ground level and dispose of it outside1of the project limits.2

3The second application shall be made after eight weeks or when the vegetation has4regrown to a minimum of six inches in height, whichever comes first. The second5application shall be performed after vegetation is showing new herbaceous growth and6a minimum of two weeks prior to clearing and grubbing at the specified site.7

8Herbicide applications shall be performed in accordance with the requirements of9Section 8-02.3(2) and the approved Weed and Pest Control Plan.10

11Care shall be taken to prevent herbicide damage to existing vegetation identified to be12saved and protected as shown in the Plans.13

142-01.5 Payment15Section 2-01.5 is supplemented with the following:16

17(NWR November 10, 2014)18“Roadside Restoration” is incidental to the contract according to the requirements of Section191-07.16(1).20

212-02 Removal of Structures and Obstructions22

232-02.1 Description24Section 2-02.1 is supplemented with the following:25

26(******)27The following items shall be removed:28

29Drainage structures30Drainage pipe31Asphalt concrete pavement32

332-02.3 Construction Requirements34Section 2-02.3 is supplemented with the following:35

36(February 17, 1998)37Removal of Obstructions38 ***The Contractor shall remove the following as part of the lump sum item "Removal of39

Structures and Obstructions":4041

Schedule A Approx.42Removing Guide Post 15 EA43Removing Chain Link Fence 690 LF44Removing Asphalt Conc Curb 650 LF45Removing Paint Line 6940 LF46Removing Painted Traffic Markings 10 EACH47Removing Plastic Line 1525 LF48Removing Impact Attenuator 1 EA49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 74

Schedule B Approx.1Removing Guide Post 10 EA2Removing Paint Line 512 LF3Removing Impact Attenuator 1 EA4

5Schedule C Approx.6

Removing Traffic Curb 42 LF7Removing Paint Line 192 LF8

9The quantities are listed only for the convenience of the Contractor in determining the volume10of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify11these quantities before submitting a Bid. No adjustments other than for approved changes12will be made in the lump sum Contract price for "Removal of Structures and Obstructions"13even though the actual quantities required may deviate from those listed.***14

152-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures16Section 2-02.3(2) is supplemented with the following:17

18(******)19Removal of Drainage Pipe20Where shown in the Plans or at other locations as determined by the Engineer, the21Contractor shall remove existing drainage pipes regardless of the size, type, or depth of22pipe. Each drainage pipe shall be removed in its entirety.23

24Voids left by culvert removal shall be backfilled with a granular material and compacted25in accordance with Section 2-03.3(14)C.26

27The operation of the drainage systems shall be maintained until such time as their28replacement systems are completed and approved for operation by the Engineer. This29could require the construction and removal of temporary conveyance systems, 24 hour30pumping, or other methods as determined by the Contractor and approved by the31Engineer to ensure continued operation of the drainage system. All costs associated32with the maintenance and operation of these drainage systems shall be included in the33cost of the associated method of removal.34

35Removal of Drainage Structures36Where shown in the Plans, or at other locations as determined by the Engineer, the37Contractor shall remove catch basins regardless of the size or type. Each catch basin38shall be removed in its entirety. Prior to backfilling the resultant void, the Contractor shall39plug and abandon the existing pipe(s) with commercial concrete in accordance with40Section 7-08.3(4).41

42Voids left by catch basin removal shall be backfilled and compacted in accordance with43Section 2-03.3(14)C.44

45All materials removed shall become the property of the Contractor and shall be disposed46of outside the project limits.47

4849

2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters50Section 2-02.3(3) is supplemented with the following:51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 75

1(September 8, 1997)2The approximate thickness of the *** Asphalt Conc.*** pavement is ***0.48 to 0.663feet***.4

52-02.4 Measurement6Section 2-02.4 is supplemented with the following:7

8(September 8, 1997)9Pavement removal will be measured by the square yard.10

11(******)12Removing drainage pipe will be measured per linear foot along the line and slope of the pipe13prior to removal. Any existing pipes removed within the limits of roadway excavation or14structure excavation will not be measured and will be included in the pay item for roadway15excavation or structure excavation.16

17(******)18Removing drainage structures will be measured per each for each drainage structure19removed.20

21(******)22Removing Concrete Barrier will be measured by the linear foot.23

242-02.5 Payment25Section 2-02.5 is supplemented with the following:26

27(September 30, 1996)28"Removing *** Asphalt Conc.*** Pavement", per square yard.29

30(******)31“Removing Drainage Pipe”, per linear foot.32The unit contract price per linear foot for “Removing Drainage Pipe” shall be full pay to33perform the work as specified, including saw cutting, excavation, trench safety, removal,34disposal, backfill and compaction.35

36(******)37“Removing Drainage Structure” per each.38The unit contract price per each for “Removing Drainage Structure” shall be full pay to39perform the work as specified, including saw cutting, excavation, trench safety, removal,40disposal, backfill and compaction.41

42(******)43“Removing Conc. Barrier”, per linear feet.44

452-03 Roadway Excavation and Embankment46

472-03.1 Description48Section 2-03.1 is supplemented with the following:49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 76

(******)1Pond Excavation Incl. Haul2This work shall consist of excavating and grading for the construction of stormwater ponds as3shown in the Plans, including hauling and disposing of all unwanted excavated material.4

52-03.3 Construction Requirements6Section 2-03.3 is supplemented with the following:7

8(NWR November 10, 2014)9Landscape Grading10The Contractor shall perform additional finish grading as ordered by the Engineer, that is not11shown in the Plans or otherwise included in other bid items by moving, placing, and finish12grading the surface of existing soil within the project limits. This work may also include13contouring the ground surface to establish positive drainage and finish grades for site14development in accordance with Section 8-02.3(4) as ordered by the Engineer. Hand work15may be necessary to accomplish the work as ordered. All excess material shall become the16property of the Contractor and shall be removed from the site.17

18(******)19Pond Excavation Incl. Haul20Excavation, haul, and disposal shall be in accordance with Section 2-03.3. The Contractor21shall use Method C for compacting earth embankments of the stormwater ponds except where22it is located in the structural fill slopes of the roadway.23

242-03.4 Measurement25Section 2-03.4 is supplemented with the following:26

27(******)28Pond Excavation will be measured by the cubic yard, including haul.29

302-03.5 Payment31Section 2-03.5 is supplemented with the following:32

33(*****)34“Pond Excavation Incl. Haul”, per cubic yard.35The unit contract price per cubic yard for “Pond Excavation Incl. Haul” shall be full36compensation for all costs incurred for excavating, loading, hauling, placing, and compacting37the materials.38

394041

Division 542Surface Treatments and Pavements43

445-04 Hot Mix Asphalt45

465-04.2 Materials47

485-04.2(2) Mix Design – Obtaining Project Approval49Section 5-04.2(2) is supplemented with the following:50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 77

(January 3, 2011)1ESAL's2The number of ESAL's for the design and acceptance of the HMA shall be ***36.3 *** million.4

55-04.3 Construction Requirements6

75-04.3(10) HMA Compaction Acceptance8The column in Table 14 of Section 5-04.3(10), titled “Statistical Evaluation of HMA Compaction9is Required for”, is supplemented with the following:10

11(April 3, 2017)12• Any HMA for which the specified course thickness is greater than 0.10 feet and the13

HMA is placed in the shoulder.1415

5-04.3(14) Planing Bituminous Pavement16Section 5-04.3(14) is supplemented with the following:17

18(******)19The Contractor shall perform the planing operations no more than three calendar days20ahead of the time the planed area is to be paved with HMA, unless otherwise allowed21by the Engineer in writing.22

235-04.5 Payment24Section 5-04.5 is supplemented with the following:25

26(August 5, 2013)27Asphalt Cost Price Adjustment28The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a29payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will30be applied to partial payments made according to Section 1-09.9 for the following bid items31when they are included in the proposal:32

33“HMA Cl. ___ PG ___”34“HMA for Approach Cl. ___ PG ___”35“HMA for Preleveling Cl. ___ PG ___”36“HMA for Pavement Repair Cl. ___ PG ___”37“Commercial HMA”38

39The adjustment is not a guarantee of full compensation for changes in the cost of asphalt40binder. The Contracting Agency does not guarantee that asphalt binder will be available at41the reference cost.42

43The Contracting Agency will establish the asphalt binder reference cost twice each month and44post the information on the Agency website at:45

46http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm47The reference cost will be determined using posted prices furnished by Poten & Partners, Inc.48If the selected price source ceases to be available for any reason, then the Contracting Agency49will select a substitute price source to establish the reference cost.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 78

The base cost established for this contract is the reference cost posted on the Agency website1for the period immediately preceding the bid opening date.2

3Adjustments will be based on the most current reference cost for Western Washington or4Eastern Washington as posted on the Agency website, depending on where the work is5performed. For work completed after all authorized working days are used, the adjustment6will be based on the posted reference cost during which contract time was exhausted. The7adjustment will be calculated as follows:8

9No adjustment will be made if the reference cost is within 5% of the base cost.10

11If the reference cost is greater than or equal to 105% of the base cost, then12Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056).13

14If the reference cost is less than or equal to 95% of the base cost, then15Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056).16

17Where Q = total tons of all classes of HMA paid in the current month’s progress payment.18

19“Asphalt Cost Price Adjustment”, by calculation.20

21“Asphalt Cost Price Adjustment” will be calculated and paid for as described in this Section.22For the purpose of providing a common proposal for all bidders, the Contracting Agency has23entered an amount in the proposal to become a part of the total bid by the Contractor.24

2526

Division 627Structures28

296-02 Concrete Structures30

316-02.1 Description32Section 6-02.1 is supplemented with the following:33

34This Work consists of furnishing and placing textured cement concrete pavement class 400035at the locations and depth as shown in the Plans.36

376-02.2 Materials38Section 6-02.2 is supplemented with the following:39

40(April 1, 2013)41Resin Bonded Anchors42The resin bonded anchor system shall include the nut, washer, and threaded anchor rod which43is installed into hardened concrete with a resin bonding material.44

45Resin bonding material used in overhead and horizontal application shall be specifically46recommended by the resin manufacturer for those applications.47

48Resin bonding material used in submerged liquid environment shall be specifically49recommended by the resin manufacturer for this application.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 79

The resin bonded anchor system shall conform to the following requirements:12

1. Threaded Anchor Rod and Nuts3Threaded anchor rods shall conform to ASTM A 193 Grade B7 or ASTM A 449,4except as otherwise noted, and be fully threaded. Threaded anchor rods for5stainless steel resin bonded anchor systems shall conform to ASTM F 593 and shall6be Type 304 unless otherwise specified.7

8Nuts shall conform to ASTM A 563, Grade DH, except as otherwise noted. Nuts for9stainless steel resin bonded anchor systems shall conform to ASTM F 594 and shall10be Type 304 unless otherwise specified.11

12Washers shall conform to ASTM F 436, and shall meet the same requirements as13the supplied anchor rod, except as otherwise noted. Washers for stainless steel14resin bonded anchor systems shall conform to ASTM A 240 and the geometric15requirements of ASME B18.21.1 and shall be Type 304 Stainless Steel unless16otherwise specified.17

18Nuts and threaded anchor rods, except those manufactured of stainless steel, shall19be galvanized in accordance with AASHTO M 232. Galvanized threaded anchor20rods shall be tested for embrittlement after galvanizing, in accordance with Section219-29.6(5).22

23Threaded anchor rods used with resin capsules shall have the tip of the rod chiseled24in accordance with the resin capsule manufacturer's recommendations. Galvanized25threaded rods shall have the tip chiseled prior to galvanizing.26

272. Resin Bonding Material28

Resin bonding material shall be a two component epoxy resin conforming to Type29IV ASTM C 881 or be one of the following:30

31a. Vinyl ester resin.32

33b. Polyester resin.34

35c. Methacrylate resin.36

373. Ultimate Anchor Tensile Capacity38

Resin bonded anchors shall be tested in accordance with ASTM E 488 to have the39following minimum ultimate tensile load capacity when installed in concrete having40a maximum compressive strength of 6000 pounds per square inch (psi) at the41embedment specified below:42

43AnchorDiameter (inch)

TensileCapacity (lbs.)

Embedment(inch)

3/8 7,800 3-3/81/2 12,400 4-1/25/8 19,000 5-5/83/4 27,200 6-3/47/8 32,000 7-7/8

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 80

1 41,000 91-1/4 70,000 11-1/4

1The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded anchor2systems. If the resin bonded anchor system and anchor diameter are not listed in the current3WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer.4

5For resin bonded anchor systems that are installed in a submerged liquid environment the6Contractor shall submit items 1, 2, and 4 below. If the resin bonded anchor system and anchor7diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also8submit item 3 below to the Engineer.9

101 The resin manufacturer's written installation procedure for the anchors.11

122. The manufacturer's certificate of compliance for the threaded anchor rod certifying13

that the anchor rod meets these requirements.1415

3. Test results by an independent laboratory certifying that the threaded anchor rod16system meets the ultimate anchor tensile load capacity specified in the above table.17The tests shall be performed in accordance with ASTM E 488.18

194. For threaded anchors intended to be installed in submerged liquid environments the20

Contractor shall submit tests performed by an independent laboratory within the21past 24 months which certifies that anchors installed in a submerged environment22meet the strength requirements specified in the above table.23

24(December 2, 2002)25Epoxy Bonding Agent For Surfaces And For Steel Reinforcing Bar Dowels26Epoxy bonding agent for surfaces shall be Type II, as specified in Section 9-26.1. Epoxy27bonding agent for steel reinforcing bar dowels shall be either Type I or Type IV, as specified28in Section 9-26.1. The grade and class of epoxy bonding agent shall be as recommended by29the resin manufacturer and approved by the Engineer.30

31(August 3, 2015)32Fractured Fin Finish33The fractured fin finish shall be accomplished by the use of either a form liner selected from34the approved products listed in the WSDOT Qualified Products List (QPL), latest edition, or a35form liner accepted by the Engineer as an equal product. For acceptance of form liners not36listed in the current WSDOT QPL, the Contractor shall submit Type 2 Working Drawings of37the request, along with catalogue cuts and other descriptive supporting information, as38follows:39

401. One set to the Project Engineer41

422. One set, accompanied by a 2 foot square physical sample of the form liner, to the43

State Bridge and Structures Architect, addressed as follows:4445

If sent via US Postal Service:4647

Washington State Department of Transportation48

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 81

State Bridge and Structures Architect1P. O. Box 473402Olympia, WA 98504-73403

4If sent via FedEx:5

6Washington State Department of Transportation7State Bridge and Structures Architect87345 Linderson Way SW9Tumwater, WA 98501-650410

11The height of the form liner shall be equal to or greater than the height of the formed surface.12Only elastomeric form liners are allowed to have horizontal splices.13

14(August 3, 2015)15Striated Finish16The striated finish shall be accomplished by the use of either a form liner selected from the17approved products listed in the WSDOT Qualified Products List (QPL), latest edition, or a form18liner accepted by the Engineer as an equal product. For acceptance of form liners not listed19in the current WSDOT QPL, the Contractor shall submit Type 2 Working Drawings of the20request, along with catalogue cuts and other descriptive supporting information, as follows:21

221. One set to the Project Engineer23

242. One set, accompanied by a 2 foot square physical sample of the form liner, to the25

State Bridge and Structures Architect, addressed as follows:2627

If sent via US Postal Service:2829

Washington State Department of Transportation30State Bridge and Structures Architect31P. O. Box 4734032Olympia, WA 98504-734033

34If sent via FedEx:35

36Washington State Department of Transportation37State Bridge and Structures Architect387345 Linderson Way SW39Tumwater, WA 98501-650440

41The height of the form liner shall be equal to or greater than the height of the formed surface.42Only elastomeric form liners are allowed to have horizontal splices.43

44(August 3, 2015)45Split Face Finish46The split face finish shall be accomplished by the use of either a form liner selected from the47approved products listed in the WSDOT Qualified Products List (QPL), latest edition, or a form48liner accepted by the Engineer as an equal product. For acceptance of form liners not listed49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 82

in the current WSDOT QPL, the Contractor shall submit Type 2 Working Drawings of the1request, along with catalogue cuts and other descriptive supporting information, as follows:2

31. One set to the Project Engineer4

52. One set, accompanied by a 2 foot square physical sample of the form liner, to the6

State Bridge and Structures Architect, addressed as follows:78

If sent via US Postal Service:910

Washington State Department of Transportation11State Bridge and Structures Architect12P. O. Box 4734013Olympia, WA 98504-734014

15If sent via FedEx:16

17Washington State Department of Transportation18State Bridge and Structures Architect197345 Linderson Way SW20Tumwater, WA 98501-650421

22The height of the form liner shall be equal to or greater than the height of the formed surface.23Only elastomeric form liners are allowed to have horizontal splices.24

25Bridge Supported Utilities26

27(April 30, 2001)28Hanger rods, and associated nuts and washers, shall conform to Section 9-06.5(1), and shall29be galvanized in accordance with AASHTO M 232.30

31Steel bars and plates shall conform to ASTM A 36 and shall be galvanized in accordance with32AASHTO M 111.33

34(January 3, 2017)35Horizontal strut bolts or threaded rods, and associated nuts and washers, shall conform to36Section 9-06.5(1), and shall be galvanized in accordance with AASHTO M 232.37

38Pre-formed fabric pads shall be composed of multiple layers of duck, impregnated and bound39with high quality oil resistant synthetic rubber, compressed into resilient pads. The pre-formed40fabric pads shall conform to latest edition of MIL C 882 and the following requirements. The41number of plies shall be as required to produce the specified thickness, after compression42and vulcanizing.43

44Pre-formed fabric pads shall have a shore A hardness of 90+5 in accordance with ASTM D452240.46

47Pre-formed fabric pads for bridge utility supports will be accepted based on the Manufacturer’s48Certificate of Compliance that the material furnished conforms to these specifications.49

50(June 26, 2000)51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 83

Pipe rolls or pipe saddles shall be of the type and model specified in the Plans.12

(******)3Core Drilled Bridge Deck4Bridge deck pipe sleeve shall be any smooth wall, non-perforated, PVC pipe of the diameter5and minimum wall thickness specified in the Plans.6

7Epoxy bonding agent shall be Type II conforming to Section 9-26.1. The grade and class of8the epoxy bonding agent shall be as recommended by the bonding agent manufacturer and9approved by the Engineer.10

116-02.3 Construction Requirements12Section 6-02.3 is supplemented with the following:13

14Reinforcement15

16Placing and Fastening17Section 6-02.3(24)C is supplemented with the following:18

19(June 26, 2000)20Drilling Holes for, and Setting, Steel Reinforcing Bar Dowels21Where called for in the Plans, holes shall be drilled into existing concrete to the size22and dimension shown in the Plans. The Contractor may use any method for drilling23the holes provided the method selected does not damage the concrete and the steel24reinforcing bar that is to remain. Core drilling will be required when specifically25noted in the Plans.26

27The Contractor shall exercise care in locating and drilling the holes to avoid damage28to existing steel reinforcing bars and concrete. Location of the holes may be shifted29slightly with the approval of the Engineer in order to avoid damaging the existing30steel reinforcing bars. All damage caused by the Contractor's operations shall be31repaired by the Contractor at no cost to the Contracting Agency and the repair shall32be as approved by the Engineer.33

34Steel reinforcing bars shall be set into the holes noted in the Plans with epoxy resin.35The holes shall be blown clean with dry compressed air before placing the resin.36

37The Contractor shall demonstrate, to the satisfaction of the Engineer, that the38method used for setting the steel reinforcing bars completely fills the void between39the steel reinforcing bar and the concrete with epoxy resin. Dams shall be placed40at the front of the holes to confine the epoxy and shall not be removed until the41epoxy has cured in the hole.42

43Bridge Supported Utilities44

45(June 26, 2000)46The Contractor shall furnish and install the bridge utility supports, and the utility pipe or conduit47pipe, as shown in the Plans.48

49(******)50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 84

Core Drilled Bridge Deck1The Contractor shall core drill holes through the bridge deck in the locations shown in the2Plans. The Contractor shall contain, collect and dispose of the concrete cores and debris in3accordance with Section 2-02.3.4

5The Contractor shall coat the surfaces of the cored holes with epoxy bonding agent, and6shall set a bridge deck pipe sleeve in place as shown in the Plans. The Contractor shall7ensure that the void between the cored hole surface and the outside of the pipe sleeve is8completely filled with epoxy bonding agent. The Contractor shall take appropriate measures9to prevent the epoxy bonding agent from escaping from the void and shall secure the pipe10sleeve in position until the epoxy bonding agent is cured.11

12Textured Cement Concrete Pavement Class 400013Textured cement concrete pavement class 4000 pattern shall be one chosen from the 4914manufacturers and patterns listed below:15

16*** Bromanite –“Running Bond Cobblestone”, Brickform –“Pennsylvania Cobble-Sanded17Joint” TM820, Increte Systems, Inc. –“Euro Cobble Running Bond” SECR S001, Matcrete18–“Large Cobblestone” P-16, Renew-Crete Systems –“London Cobblestone”, Scofield –19“Old Belgium Stone: Running Bond” 4530***20

21A mat or stamp shall be used to imprint the pattern into the concrete surface.22

23Curing shall be in accordance with Section 6-02.3(11) and be applied to the surface in24accordance with the manufacturer's recommendations. If liquid membrane-forming concrete25curing compound is used, it shall meet the requirements of ASTM C 309 Type 1-D.26

27(******)28Sealer for Concrete Pavement29Sealer shall be applied to the surface of the textured cement concrete pavement class 4000.30All curing agents and form release agents shall be removed. The surface shall be dry, clean31and prepared in accordance with the manufacturer’s written instructions. The Contractor shall32submit four copies of the manufacturer’s written instructions.33

34The sealer shall be applied in accordance with the manufacturer’s written instructions for35application.36

37Contractor Mix Design38Section 6-02.3(2)A is supplemented with the following:39

40Aggregate for Textured Cement Concrete Pavement Class 400041Coarse aggregate for Textured Cement Concrete Pavement Class 4000 shall conform to42Section 9-03.1(4), AASHTO grading No. 7. An alternate for combined gradation for43Textured Cement Concrete Pavement Class 4000 conforming to Section 9-03.1(5) may44be proposed, that has a nominal maximum aggregate size of ½ inch sieve.45

46Placing Concrete47Section 6-02.3(6) is supplemented with the following:48

49The Contractor shall clean and remove all sediment under traffic barrier scupper opening50before placing concrete. Concrete shall be placed 0.5 to 1 feet deep inside the traffic51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 85

barrier scupper and shall have a flush finish with the exposed face of traffic barrier.12

Finishing Concrete Surfaces3Section 6-02.3(14) is supplemented with the following:4

5(June 26, 2000)6Fractured Fin Finish7Form liners shall be placed with fins and joints normal to grade for barrier applications8and vertical (or as shown in the Plans) for other applications. Horizontal joints in the9elastomeric form liners are permitted on surfaces greater than 8 feet in height provided10that the minimum form liner panel dimension is 8 feet.11

12(April 7, 2008)13Split Face Finish14Form liners shall be placed with the joints normal to grade for barrier applications and15vertical (or as shown in the Plans) for other applications. Horizontal joints in the16elastomeric form liners are permitted on surfaces greater than 8 feet in height provided17that the minimum form liner panel height and width dimensions are 8 feet by 6 feet,18respectively.19

20(August 6, 2007)21Striated Finish22Form liners shall be placed with fins and joints normal to grade for barrier applications23and vertical (or as shown in the Plans) for other applications. Horizontal joints in the24elastomeric form liners are permitted on surfaces greater than 8 feet in height provided25that the minimum form liner panel dimension is 8 feet.26

27Pigmented Sealer for Concrete Surfaces28Section 6-02.3(14)C is supplemented with the following:29

30(April 6, 2009)31The color of the pigmented sealer shall be Washington Gray.32

33Placing Anchor Bolts34Section 6-02.3(18) is supplemented with the following:35

36(January 3, 2011)37Resin Bonded Anchors38The embedment depth of the anchors shall be as specified in the Plans. If the39embedment depth of the anchor is not specified in the Plans then the embedment depth40shall be as specified in the table of minimum and maximum torque below.41

42The anchors shall be installed in accordance with the resin manufacturer's written43procedure.44

45Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary46hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the47sides of the holes shall be roughened with a rotary hammer drill after core drilling.48

49Holes shall be prepared in accordance with the resin manufacturer's recommendations50and shall meet the minimum requirements as specified herein. Holes drilled into51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 86

concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the1threaded rod and resin bonding material. Holes shall not have any standing liquid at the2time of installation of the threaded anchor rod.3

4The anchor nuts shall be tightened to the following torques when the embedment equals5or exceeds the minimum embedment specified.6

78

AnchorDiameter

(inch)

MinimumTorque(ft-lbs)

MaximumTorque(ft-lbs)

MinimumEmbedment

(Inch)3/8 12 18 3-3/81/2 22 35 4-1/25/8 55 80 5-5/83/4 106 140 6-3/47/8 165 190 7-7/81 195 225 9

1-1/4 370 525 11-1/49

When the anchor embedment depth is less than the minimum values specified, the10anchor nuts shall be tightened to the torque values specified in the Plans, or as11recommended by the resin bonded anchor system manufacturer and approved by the12Engineer.13

146-02.4 Measurement15Section 6-02.4 is supplemented with the following:16

17(******)18Core drilled bridge deck will be measured per each for each bridge deck core drilled and19completed with a PVC pipe sleeve.20

21(******)22“Textured Cement Concrete Pavement Class 4000” will be measured by the cubic yard.23

246-02.5 Payment25Section 6-02.5 is supplemented with the following:26

27(June 26, 2000)28Bridge Supported Utilities29All costs in connection with placing *** the 8 Inch water lines and the 8 Inch sanitary sewer30line *** through the superstructure of *** 116th St NE Over I-5 Bridge No. 5/656 *** as shown31in the Plans, including all *** water pipe, sewer pipe, joints, hanger rods, and associated nuts32and washers, steel bars and plates, horizontal strut bolts or threaded rods, and associated33nuts and washers, pre-formed fabric pads, and pipe rolls or pipe saddles***, shall be included34in the *** unit Contract prices per linear foot unit price for “8 Inch Water Line on Bridge” and35“8 Inch Sanitary Sewer Force Main on Bridge. ***36

37“Core Drilled Bridge Deck”, per each.38

39(******)40

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 87

“Textured Cement Concrete Pavement Class 4000” per cubic yard.12

The unit Contract price per cubic yard for “Textured Cement Concrete Pavement Class 4000”3shall be full payment for all costs for the specified Work.4

5(******)6All costs in connection with *** extending the existing pedestrian bridge barrier to7accommodate the conduit flex coupling*** shall be included in the lump sum contract price for8“Pedestrian Barrier”.9

1011

6-10 Concrete Barrier1213

6-10.3 Construction Requirements1415

6-10.3(5) Temporary Concrete Barrier16Section 6-10.3(5) is supplemented with the following:17

18(******)19Delineators shall be placed on the traffic face of the barrier 6 inches from the top and20spaced a maximum of 40 feet on tangents and 20 feet through curves.21

22Reflector color shall be white on the right of traffic and yellow on the left of traffic.23

24The Contractor shall maintain, replace, and clean the delineators when ordered by the25Engineer.26

276-10.5 Payment28Section 6-10.5 is supplemented with the following:29

30(******)31All costs associated with furnishing, installing, connecting, anchoring, maintaining, temporary32storage, and final removal of the temporary concrete barrier and all costs incurred to carry out33the requirements of Section 6-10 shall be included in the unit Contract price for “Project34Temporary Traffic Control”.35

366-13 Structural Earth Walls37

386-13.2 Materials39Section 6-13.2 is supplemented with the following:40

41(April 4, 2016)42Precast Concrete Panel Faced Structural Earth Wall Materials43

General Materials44Concrete Leveling Pad45Leveling pad concrete shall be commercial concrete in accordance with Section 6-4602.3(2)B.47

48Proprietary Materials49

ARES Modular Panel Wall System50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 88

Tensar Geogrid Materials1Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product2listed in Appendix D of the current WSDOT Qualified Products List (QPL). The3values of Tal and Tult as listed in the QPL for the products used shall meet or4exceed the values required for the wall manufacturer’s reinforcement design as5specified in the structural earth wall design calculation and working drawing6submittal.7

8The minimum ultimate tensile strength of the geogrid shall be a minimum9average roll value (the average test results for any sampled roll in a lot shall10meet or exceed the values shown in Appendix D of the current WSDOT QPL).11The strength shall be determined in accordance with ASTM D 6637 for multi-12rib specimens.13

14The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall15be a minimum of 70 percent strength retained after 500 hours in the16weatherometer.17

18The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to19the wall or slope face) ribs that make up the geogrid shall be perpendicular to20one another. The maximum deviation of the cross-rib from being perpendicular21to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid22width. The maximum deviation of the cross-rib at any point from a line23perpendicular to the longitudinal ribs located at the cross-rib (bow) shall be 0.524inch.25

26The Engineer will take random samples of the geogrid materials at the job site.27Approval of the geogrid materials will be based on testing of samples from each28lot. A “lot” shall be defined as all geogrid rolls sent to the project site produced29by the same manufacturer during a continuous period of production at the same30manufacturing plant having the same product name. The Contracting Agency31will require 14 calendar days maximum for testing the samples after their arrival32at the WSDOT Materials Laboratory in Tumwater, WA.33

34The geogrid samples will be tested for conformance to the specified material35properties. If the test results indicate that the geogrid lot does not meet the36specified properties, the roll or rolls which were samples will be rejected. Two37additional rolls for each roll tested which failed from the lot previously tested38will then be selected at random by the Engineer for sampling and retesting. If39the retesting shows that any of the additional rolls tested do not meet the40specified properties, the entire lot will be rejected. If the test results from all the41rolls retested meet the specified properties, the entire lot minus the roll(s) which42failed will be accepted.43

44All geogrid materials which have defects, deterioration, or damage, as45determined by the Engineer, will be rejected. All rejected geogrid materials46shall be replaced at no expense to the Contracting Agency.47

48Except as otherwise noted, geogrid identification, storage and handling shall49conform to the requirements specified in Section 2-12.2. The geogrid materials50shall not be exposed to temperatures less than –20F and greater than 122F.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 89

1Rubber bearing pads shall be a type and grade as recommended by Tensar Earth2Technologies, Inc.3

4Geosynthetic joint cover for all horizontal and vertical joints shall be a non-woven5geosynthetic as recommended by Tensar Earth Technologies, Inc. Adhesive used6to attach the geosynthetic to the rear of the precast concrete facing panel shall be7as recommended by Tensar Earth Technologies, Inc.8

9Reinforced Earth Wall10Reinforcing strips shall be shop fabricated from hot rolled steel conforming to ASTM11A 572 Grade 65 or approved equal, and shall be galvanized after fabrication in12accordance with AASHTO M 111. Damage to the galvanizing shall be repaired with13one coat of Formula A-9-73 paint conforming to Section 9-08.2.14

15Bolts and nuts shall conform to Section 9-06.5(3), and shall be galvanized in16accordance with AASHTO M 232.17

18Rubber bearing pads shall be a type and grade as recommended by the Reinforced19Earth Company.20

21Vertical joint filler between panels, when specified in the structural earth wall22working drawings, shall be 2-inch square, flexible open cell polyether foam strips,23Grade UU-34, as recommended by the Reinforced Earth Company.24

25Filter fabric joint cover for all horizontal and vertical joints, when specified in the26structural earth wall working drawings, shall be a pervious woven polypropylene27filter fabric as recommended by the Reinforced Earth Company. Adhesive used to28attach the fabric material to the rear of the precast concrete facing panel shall be29as recommended by the Reinforced Earth Company.30

31Reinforced Soil Wall32Reinforcing mesh shall be shop fabricated of cold drawn steel wire conforming to33AASHTO M 32, and shall be welded into finished mesh fabric conforming to34AASHTO M 55. Reinforcing mesh shall be galvanized after fabrication in35accordance with AASHTO M 111. Damage to the galvanizing shall be repaired with36one coat of paint conforming to Section 9-08.1(2)B.37

38MSE Plus Wall39Pins connecting the soil reinforcing mesh to the precast concrete panels shall40conform to AASHTO M 32 and shall be galvanized after fabrication in accordance41with AASHTO M 111. Damage to the galvanizing shall be repaired with one coat of42paint conforming to Section 9-08.1(2)B.43

44Bearing pads shall be serrated high-density polyethylene (HDPE) copolymer pads45as recommended by SSL, LLC.46

47Filter fabric joint cover for all horizontal and vertical joints shall be non-woven48geosynthetic conforming to AASHTO M 288. Adhesive used to bond the49geosynthetic to the rear of the precast concrete facing panel shall be as50recommended by SSL, LLC.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 90

16-13.3 Construction Requirements2Section 6-13.3 is supplemented with the following:3

4(******)5Project Specific Construction Requirements6

1. The wall may be constructed near vertical, without a specified batter.72. The wall shall be placed on a level foundation in the horizontal direction perpendicular8

to the wall face.93. Wall embedment depth shall be a minimum of 2 feet with a level front slope, or H/1010

with 3H:1V front slope, where H is the total height of the wall.114. A minimum 4-foot-wide horizontal bench shall be provided in front of the wall.125. For all walls, the reinforcing length shall not be less than 100 percent of the wall13

height, with a minimum reinforcing length of 8 feet. These recommended minimum14reinforcing lengths are needed to maintain adequate external stability. Greater15reinforcing lengths may be needed to provide adequate internal stability.16

6. The uppermost reinforcing layer shall be placed no lower than 2 feet below the top of17wall when an SEW traffic barrier is not present and no lower than 6 inches below the18bottom of barrier moment slab when a SEW barrier is present.19

20The Contracting agency has SEW wall panel forms for the panels on Wall 3 that show21fish. The Contractor shall use these forms to construct the panels as shown in the Plans for22Wall 3. These Contracting Agency provided forms are stored at:23

248802 27th Ave NE25Tulalip, WA 9827126

27The Contractor shall pick up, use, clean, repair (if needed), and return to the contracting28agency two (2) forms for the SEW wall panels depicting fish as shown in the Plans. Contact29the Tulalip Tribes, Debbie Bray, (360) 716-5024, for these panels.30

31(August 3, 2015)32Precast Concrete Panel Faced Structural Earth Wall33Precast concrete panel faced structural earth walls shall be constructed of only one of the34following wall systems. The Contractor shall make arrangements to purchase the precast35concrete panels, soil reinforcement, attachment devices, joint filler, and all necessary36incidentals from the source identified with each wall system:37

38ARES Modular Panel Wall System39

ARES Modular Panel Wall System is a registered trademark of Tensar Corporation4041

Tensar Corporation422500 Northwinds Parkway Suite 50043Atlanta, GA 3000944(770) 344-209045FAX (678) 281-854646www.tensarcorp.com47

48MSE Plus Wall49

MSE Plus Wall is a registered trademark of SSL, LLC5051

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 91

SSL, LLC14740 Scotts Valley Drive Suite E2Scotts Valley, CA 950663(831) 430-93004FAX (831) 430-93405www.mseplus.com6

7Reinforced Earth Wall8

Reinforced Earth is a registered trademark of the Reinforced Earth Company.910

The Reinforced Earth Company1188 Inverness Circle East Suite E-10112Englewood, CO 8011213(303) 790-148114FAX (303) 790-146115www.reinforcedearth.com16

17Reinforced Soil Wall18

Reinforced Soil is a registered trademark of Hilfiker Retaining Walls.1920

Hilfiker Retaining Walls211902 Hilfiker Lane22Eureka, CA 95503-571123(707) 443-509324FAX (707) 443-289125www.hilfiker.com26

276-13.3(2) Submittals28Section 6-13.3(2) is supplemented with the following:29

30(******)31The following geotechnical design parameters shall be used for the design of the32structural earth wall(s):33

34Wall Name or No.: W1 to W335

36Soil Wall Retained Foundation37Properties Backfill Soil Soil38Unit Weight39(pcf) 130 125 12040Friction Angle41(deg) 38 32 3642Cohesion (psf) 0 0 043

44For the Service Limit State, the wall shall be designed to accommodate a differential45settlement of 2 inches per 100 feet of wall length.46

47For the Extreme Event I Limit State, the wall shall be designed for a horizontal48seismic acceleration coefficient kh of 0.18 g and a vertical seismic acceleration49coefficient kv of 0.0 g.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 92

6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication1Section 6-13.3(4) is supplemented with the following:2

3(April 3, 2017)4Specific Fabrication Requirements for Precast Concrete Panel Faced Structural5Earth Walls6

ARES Modular Panel Wall System7The concrete mix for precast concrete facing panels shall be a Contractor mix8design in accordance with Section 6-02.3(2)A, producing a minimum compressive9strength at 28 days of 4,500 psi. The Contractor mix design for precast concrete10facing panels shall not include Type III cement unless otherwise allowed by the11Engineer.12

1314

Division 715Drainage Structures, Storm Sewers, Sanitary16

Sewers, Water Mains, and Conduits171819

7-05 Manholes, Inlets, Catch Basins, and Drywells2021

7-05.1 Description22Section 7-05.1 is supplemented with the following:23

24(******)25Temporary Catch Basin Type 126This work shall include constructing temporary catch basins in locations shown on the Plans27or as directed by the Engineer. This work shall also include excavation, trench safety, removal28and disposal of natural materials and temporary catch basin structure, backfill and29compaction.30

31Catch Basin Type 2 48 In. Diam. With Debris Cage32This work shall consist of constructing Catch Basin Type 2 48 In. Diam. with a debris cage in33accordance with the Plans.34

35Rectangular Vaned Grate36This work shall consist of furnishing and installing the rectangular vaned grate for catch37basins, and removal and disposal of existing rectangular solid metal cover.38

397-05.3 Construction Requirements40Section 7-05.3 is supplemented with the following:41

42(******)43Temporary Catch Basin Type 144Temporary catch basins shall be removed prior to completion of construction.45

46All material removed shall become the property of the Contractor and disposal shall be in47accordance with Section 2-03.3(7)C.48

49Catch Basin Type 2 48 In. Diam. With Debris Cage50The size and location of the debris cage shall be installed in accordance with the “Catch Basin51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 93

Type 2 48 In. Diam. With Debris Cage” detail in the Plans.12

Rectangular Vaned Grate3This work shall conform to Section 7-05.3.4

5Removed grate and appurtenances shall become the property of the Contractor and disposal6shall be in accordance with Section 2-03.3(7)C.7

89

The third paragraph of Section 7-05.3 is supplemented with the following:1011

(NWR June 30, 2007)12Where called for, locking solid metal covers conforming to Standard Plan B-30.20-0213and frames conforming to Standard Plan B-30.10-01 shall be furnished and installed14on existing catch basins and inlets.15

167-05.4 Measurement17Section 7-05.4 is supplemented with the following:18

19(******)20Temporary Catch Basin Type 1 will be measured per each.21

22Catch Basin Type 2 48 In. Diam. With Debris Cage, will be measured per each.23

24Install Rectangular Vaned Grate will be measured per each.25

26(NWR June 30, 2007)27Locking solid metal cover and frame for catch basins will be measured by the unit for each28cover and frame assembly installed on an existing catch basin or inlet.29

307-05.5 Payment31Section 7-05.5 is supplemented with the following:32

33(******)34“Temporary Catch Basin Type 1”, per each.35The unit Contract price per each for “Temporary Catch Basin Type 1” shall include constructing36temporary catch basin, excavation, installation, removal and disposal for the temporary catch37basin and natural materials, backfill and compaction.38

39“Catch Basin Type 2 48 In. Diam. With Debris Cage”, per each.40

41“Install Rectangular Vaned Grate”, per each.42The unit Contract price per each for “Install Rectangular Vaned Grate” shall be full pay to43perform the work as specified, including disposal.44

45(NWR June 30, 2007)46“Locking Solid Metal Cover And Frame For Catch Basin”, per each.47The unit contract price per each for “Locking Solid Metal Cover and Frame for Catch Basin”48shall be full pay for removing and disposing of the existing frame and grate, and installing the49frame and cover.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 94

7-09 Water Mains12

7-09.1 Description3Section 7-09.1 is supplemented with the following:4

5(******)68 Inch Water Line On Bridge7This Work consists of furnishing, installing and field testing an insulated and aluminum clad88-inch ductile iron water pipe across the full length of the bridge with termination points at the9blind flange pipe ends at the existing bridge abutments. The work includes all materials and10equipment necessary to complete in place in accordance with approved methods, the Plans,11the Special Provisions, and these Specifications:12

131. 8 Inch ductile iron water pipe including cement mortar lining interior pipe, insulation14

with aluminum insulation protection, utility hangers, and appurtenances in locations15shown in the Plans.16

177-09.2 Materials18Section 7-09.2 is supplemented with the following19

20(******)218 Inch Water Line on Bridge22Utility support assemblies shall conform to Section 6-02.2 as supplemented in these Special23Provisions.24

25Ductile Iron Pipe and Fittings: The Contractor shall provide ductile iron pipe conforming to26ANSI A21.50/AWWA C150 and ANSI A21.51/AWWA C151, latest standards. All pipe shall27have restrained joints and shall be Class 52 ductile iron minimum. Flange fittings shall be28Class 53 ductile iron minimum.29

30Restrained joint ductile iron pipe and fittings shall be U.S. Pipe “TR FLEX” restrained joint,31McWane Ductile “TR FLEX” restrained joint, American “Flex-Ring” restrained joint, or32accepted equal. Flange connector locations are shown in the Plans. Hex bolts for flange33connectors shall be stainless steel in accordance with ASTM F593, Alloy Group 1. Nuts shall34be stainless steel in accordance with ASTM F594, Alloy Group 1.35

36Ductile Iron Pipe Insulation: The Contractor shall use pre-molded fiberglass specifically37manufactured for pipe insulation. Use non-combustible materials that resist the growth of38mildew. Thickness shall match the dimensions shown in the Plans.39

40Insulation Finish: The Contractor shall finish the insulated ductile iron pipe as follows:41

421. Apply an aluminum weather proof jacket directly over the insulation. Jacket shall be43

manufactured from aluminum alloy 5005 or 2002 half hard, not less than 26 gage or440.016 inches thick, fabricated with 3/16 inch corrugations running lengthwise along the45pipeline. The aluminum shall be factory attached to a moisture barrier of wax coated46kraft paper for this service.47

2. Use joints that are rain or drip proof. Locate longitudinal joints on the side of the pipe48with the open edge of that lap turned down to shed water. Use circumferential joins on49the pipes that do not have enough slope to provide a good shingle effect to keep water50out of joints and have the inside end of the lap beaded or sealed with a permanent51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 95

elastic mastic type sealant designed for this service.13. Secure the aluminum jacket by aluminum straps 1/2 inch wide by 24 gage or 0.02-2

inches thick, spaced at 12 inch centers maximum. Use a strap at the midpoint of the3lap for each circumferential joint.4

5Coating Requirements: Cement mortar lining and seal coating for pipe and fittings shall be in6accordance with ANSI/AWWA C104 /A21.4. Asphaltic coating shall be in accordance with7ANSI/AWWA C151/A21.51 for pipe and ANSI/AWWA C110/A21.10 or ANSI/AWWA8C153/A21.53 for fittings.9

107-09.3 Construction Requirements11Section 7-09.3 is supplemented with the following:12

13(******)14The Contractor shall construct the 8 Inch Water Line on Bridge as shown in the Plans.15Construction requirements include the following:16

17The Contractor shall verify the location of the existing utility flanged ends, concrete inserts,18and utility blockouts in the existing bridge structure before construction and immediately notify19the Engineer of discrepancies found in the Plans.20

21The Contractor shall submit Type 2 Working Drawings of the complete utility hanger assembly22before fabrication. The Contractor shall fabricate, erect, and install utility support hangers as23provided in the Plans.24

25The Contractor shall submit Type 2 Working Drawings of the pipe layout that identifies the26pipe joint locations and spacing distance to utility hangers before purchasing pipes.27

28The Contractor shall install the 8 Inch ductile iron water main as shown in the Plans.29

30The Pipe shall be fully restrained and each joint shall be extended in accordance with31manufacturer’s recommendations to remove any slack from the joint. The joint can be32extended by pulling out on the pipe after the restrained joint assembly is made. Each length33of pipe must be supported in a manner to restrict both vertical and horizontal movement.34

35The Contractor shall hydrostatic pressure test in accordance with Section 7-09.3(23). The36Contractor shall use a mechanical restrained joint test plug that has capacity to handle37pressures up to 350 psi.38

39The Contractor shall disinfect the Water Mains in accordance with Section 7-09.3(24).40

417-09.4 Measurement42Section 7-09.4 is supplemented with the following:43

44(******)45The 8 Inch Water Line will be by the linear foot of pipe installed and tested and shall be46measured along the pipe through fittings, valves, and couplings.47

487-09.5 Payment49Section 7-09.5 is supplemented with the following:50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 96

(******)1“8 Inch Water Line on Bridge”, per linear foot.2The unit Contract price per linear foot shall also be full pay for all Work to complete the3installation of the water main on the existing bridge, including but not limited to, furnishing and4installing hanger utility support system from the bridge, pipe and fittings, with insulation as5shown in the Plans, testing, disinfecting the pipeline, flushing, dechlorination of water used for6flushing, and cleanup.7

7-12 Valves for Water Mains8

7-12.1 Description9Section 7-12.1 is supplemented with the following:10

11(******)121 Inch Combination Air Release Valve13This Work consists of furnishing and installing all materials and equipment necessary to14complete in place in accordance with accepted methods, the Plans, the Special Provisions,15and these Specifications:16

171. 1 Inch combination air release valve, valve cover box, ball valve, galvanized iron pipe,18

insulation, corporation stop, tapping saddle, and appurtenances in locations shown19in the Plans.20

212 Inch Combination Air Release Valve22This Work consists of furnishing and installing all materials and equipment necessary to23complete in place in accordance with accepted methods, the Plans, the Special Provisions,24and these Specifications:25

261. 2 Inch combination air release valve for wastewater, valve cover box, ball valve,27

galvanized iron pipe, insulation, corporation stop, tapping saddle, and appurtenances28in locations shown in the Plans.29

307-12.2 Materials31Section 7-12.2 is supplemented with the following:32

33(******)34Service Connections35

361 Inch Combination Air Release Valve shall be A.R.I Model D-040, Val-Matic Model37201C.2, APCO Model 143C, or accepted equal.38

392 Inch Combination Air Release Valve shall be A.R.I Model D-025, Val-Matic Model 802A,40APCO Model 445, or accepted equal.41

42Valve and Galvanized Iron Pipe Insulation: Use pre-molded fiberglass specifically43manufactured for pipe insulation. Use non-combustible materials that resist the growth of44mildew. Thickness shall match the dimensions shown in the Plans.45

46Insulation Finish: Finish the insulated valves and galvanized iron pipe as follows:47

481. Apply an aluminum weather proof jacket directly over the insulation. Jacket shall be49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 97

manufactured from aluminum alloy 5005 or 2002 half hard, not less than 26 gage or10.016 inches thick, fabricated with 3/16 inch corrugations running lengthwise along2the pipeline. The aluminum shall be factory attached to a moisture barrier of wax3coated kraft paper for this service.4

2. Use joints that are rain or drip proof. Locate longitudinal joints on the side of the pipe5with the open edge of that lap turned down to shed water. Use circumferential joins6on the pipes that do not have enough slope to provide a good shingle effect to keep7water out of joints and have the inside end of the lap beaded or sealed with a8permanent elastic mastic type sealant designed for this service.9

3. Secure the aluminum jacket by aluminum straps 1/2 inch wide by 24 gage or 0.02-10inches thick, spaced at 12 inch centers maximum. Use a strap at the midpoint of the11lap for each circumferential joint.12

137-12.3 Construction Requirements14Section 7-12.3 is supplemented with the following:15

16(******)17Construction for 1 Inch Combination Air Release Valve and 2 Inch Combination Air Release18Valve shall be as shown in the Plans. Construction requirements include the following:19

20Galvanized iron pipe shall be cut using a tool or tools specifically designed to leave a smooth,21even, and squared end on the piping material to be cut. Cut ends shall be reamed to the full22inside diameter of the pipe. Pipe ends to be connected using couplings which seal to the23outside surface of the pipe shall be cleaned to a sound, smooth finish before the couplings24are installed.25

26Install the tapping saddle, corporation stop, galvanized iron pipe, ball valve, combination air27release valve, insulation and valve cover box as shown in the Plans.28

29The valve cover box shall be installed on the bridge deck before the traffic island is30constructed, as shown in the Plans.31

327-12.4 Measurement33Section 7-12.4 is supplemented with the following:34

35(******)36Measurement of air release valves shall be per each for each type and size actually installed.37

387-12.5 Payment39Section 7-12.5 is supplemented with the following:40

41(******)42“1 Inch Combination Air Release Valve”, per each.43The unit Contract price per each shall be full pay for all Work to furnish and install the valve44complete in place on the water main, including furnishing and installing jointing the tapping45saddle, corporation stop, galvanized iron pipe, insulation, ball valve, combination air release46valve, the valve cover box on the bridge deck, and hydrostatic testing.47

48“2 Inch Combination Air Release Valve”, per each.49The unit Contract price per each for the valve specified shall be full pay for all Work to furnish50and install the valve complete in place on the sanitary sewer force main, including furnishing,51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 98

installing, and jointing the tapping saddle, corporation stop, galvanized iron pipe, insulation,1ball valve, combination air release valve, the valve cover box on the bridge deck, and2hydrostatic testing.3

47-17 Sanitary Sewers5

67-17.1 Description7Section 7-17.1 is supplemented with the following:8

9(******)108 Inch Sanitary Sewer Force Main On Bridge11This Work consists of furnishing, installing and field testing an 8-inch ductile iron sanitary12sewer force main with insulation across the full length of the bridge including connections to13the existing flange at each end of the bridge. The work includes all materials and equipment14necessary to complete in place in accordance with approved methods, the Plans, the Special15Provisions, and these Specifications:16

171. 8-inch ductile iron pipe for sanitary sewer force main including ceramic epoxy lining,18

pipe insulation with aluminum insulation protection, utility hangers, and19appurtenances in locations shown in the Plans.20

217-17.2 Materials22Section 7-17.2 is supplemented with the following:23

24(******)258 Inch Sanitary Sewer Force Main On Bridge26Utility support assemblies shall conform to Section 6-02.2 as supplemented in these Special27Provisions28

29Sanitary sewer force main shall be ceramic epoxy lined, ductile iron pipe, Class 52, Protecto30401, or accepted equal. Ductile iron pipe shall conform to ANSI A21.50/AWWA C150 and ANSI31A21.51/AWWA C151, latest standards. All pipe shall have restrained joints and shall be Class3252 ductile iron minimum. Flange fittings shall be Class 53 ductile iron minimum.33

34Restrained joint ductile iron pipe and fittings shall be U.S. Pipe “TR FLEX” restrained joint,35McWane Ductile “TR FLEX” restrained joint, American “Flex-Ring” restrained joint, or36accepted equal.37

38Flange connector locations are shown in the Plans. Hex bolts for flange connectors shall be39stainless steel in accordance with ASTM F593, Alloy Group 1. Nuts shall be stainless steel in40accordance with ASTM F594, Alloy Group 1.41

42Ductile Iron Pipe Insulation: The Contractor shall use pre-molded fiberglass specifically43manufactured for pipe insulation. Use non-combustible materials that resist the growth of44mildew. Thickness shall match the dimensions shown in the Plans.45

46 Insulation Finish: The Contractor shall finish the insulated ductile iron pipe as follows:47

481. Apply an aluminum weather proof jacket directly over the insulation. Jacket shall be49

manufactured from aluminum alloy 5005 or 2002 half hard, not less than 26 gage or500.016 inches thick, fabricated with 3/16 inch corrugations running lengthwise along51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 99

the pipeline. The aluminum shall be factory attached to a moisture barrier of wax1coated kraft paper for this service.2

2. Use joints that are rain or drip proof. Locate longitudinal joints on the side of the pipe3with the open edge of that lap turned down to shed water. Use circumferential joins4on the pipes that do not have enough slope to provide a good shingle effect to keep5water out of joints and have the inside end of the lap beaded or sealed with a6permanent elastic mastic type sealant designed for this service.7

3. Secure the aluminum jacket by aluminum straps 1/2 inch wide by 24 gage or 0.02-8inches thick, spaced at 12 inch centers maximum. Use a strap at the midpoint of the9lap for each circumferential joint.10

11Coating Requirements: Ductile iron pipe shall be Protecto 401 or accepted equal.12

137-17.3 Construction Requirements14Section 7-17.3 is supplemented with the following:15

16(******)17The Contractor shall construct the 8 Inch Sanitary Sewer Force Main on Bridge as shown in18the Plans. Construction requirements include the following:19

20The Contractor shall verify the location of the existing utility flanged ends, concrete inserts,21and utility blockouts in the existing bridge structure before construction and immediately notify22the Engineer of discrepancies found in the Plans.23

24The Contractor shall submit Type 2 Working Drawings of the complete utility hanger assembly25before fabrication. The Contractor shall fabricate, erect, and install utility support hangers as26provided in the Plans.27

28The Contractor shall submit Type 2 Working Drawings of the pipe layout that identifies the29pipe joint locations and spacing distance to utility hangers before purchasing pipes.30

31The Contractor shall install the 8-inch ductile iron sanitary sewer force main and joints as32shown in the Plans.33

34The Pipe shall be fully restrained and each joint shall be extended in accordance with35manufacturer’s recommendations to remove any slack from the joint. The joint can be36extended by pulling out on the pipe after the restrained joint assembly is made. Each length37of pipe must be supported in a manner to restrict both vertical and horizontal movement.38

39The Contractor shall hydrostatic pressure test in accordance with Section 7-09.3(23). The40Contractor shall use a mechanical restrained joint test plug that has capacity to handle41pressures up to 350 psi.42

437-17.4 Measurement44Section 7-17.4 is supplemented with the following:45

46(******)47The 8 Inch sanitary sewer force main will be by the linear foot of pipe installed and tested and48shall be measured along the pipe through fittings, valves, and couplings.49

507-17.5 Payment51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 100

Section 7-17.5 is supplemented with the following:12

(******)3“8 Inch Sanitary Sewer Force Main on Bridge”, per linear foot.4The unit Contract price per linear foot shall also be full pay for all Work to complete the5installation of the sanitary sewer force main on the existing bridge, including but not limited to,6furnishing and installing the hanger utility support system from the bridge, furnishing, installing7and jointing pipe and fittings with insulation, and pressure testing the sanitary sewer force8main.9

1011

Division 812Miscellaneous Construction13

148-01 Erosion Control and Water Pollution Control15

168-01.1 Description17Section 8-01.1 is supplemented with the following:18

19(******)20Compacted Till21This Work shall consist of furnishing and placing compacted till as shown in the Plans or as22designated by the Engineer.23

24Erosion/Water Pollution Control25This Work shall consist of furnishing, installing, maintaining, removing and disposing of26temporary stormwater treatment tanks, portable water pumps, and hosing for pump27connection to tank and tank discharge to temporary outfall locations. This work also consists28of treatment of pH for concrete work. Locations of tanks, pumps and hoses as well as pump29sizes to be shown on the Plans as well or as designated by the Engineer.30

318-01.2 Materials32Section 8-01.2 is supplemented with the following:33

34(******)35Compacted Till as shown on the Plans shall meet the following requirements:36

37Silt and clay 20% min.38Sand 60% max.39Silt 60% max.40Sand and gravel content shall be nominal.41Compacted Till soil shall not contain recycled materials such as glass, shredded tires,42Portland cement concrete rubble, or asphaltic concrete rubble. Soils outside this43specified range area acceptable only if accepted by the Engineer.44

45Erosion/Water Pollution Control shall include the below items46

47Temporary Stormwater Treatment Tanks, Portable Sump Pumps, Hoses and48Appurtenances, Treatment of pH for Concrete Work49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 101

18-01.3 Construction Requirements2Section 8-01.3 is supplemented with the following:3

4(******)5Compacted Till6Compacted till shall be taken from outside the project limits or be manufactured and shall7meet the requirements of Section 8-01.2.8

9The Contractor shall submit a sample of the compacted till for testing at the WSDOT State10Materials Laboratory. Cost of sampling, testing, and processing will be borne by the source11owner.12

13The compacted till shall be evenly spread over the specified areas to the depth shown in the14Plans or as otherwise ordered by the Engineer. The Contractor shall place the compacted till15on stable subgrade in horizontal layers no more than 6 inches thick. Each layer of the16compacted till shall be compacted to 95 percent of the maximum density as determined by17the Standard Proctor Maximum Density, ASTM Procedure D698. Placement moisture18content shall lie within 1% dry to 3% wet of the optimum moisture content.19

20Erosion/Water Pollution Control21Temporary stormwater treatment tanks, portable water pumps, and hoses shall be placed in22locations shown in the Plans or as otherwise ordered by the Engineer. Tanks, pumps and23hoses shall be reused or relocated for each stage of construction.24

25Treatment of pH for Concrete Work26Stormwater or dewatering water that has come in contact with concrete rubble, shall be27maintained between pH 6.5 and pH 8.5 before it is allowed to enter surface waters and28discharges shall not cause a receiving water pH change of more than 0.2 pH units.29

30The Contractor shall test runoff during each rain event causing runoff to leave the project31site during concrete pouring, rubblizing activities, and during the first three storms following32those activities. If discharging directly to surface waters or to a storm sewer system, the33Contractor shall test the pH of the water, as a first order of work, at the point of discharge,34once the pour or rubblizing has begun for each shift, and periodically, as requested by the35Engineer, thereafter. If a test indicates the pH is above 8.5, the Contractor shall immediately36discontinue work and initiate treatment according to the plan to lower the pH.37

38Unless specific measures are identified in the Special Provisions, the pH of water may be39reduced by infiltration, dispersion in vegetation or compost, or by pumping to a sanitary40sewer system. If water is pumped to the sanitary sewer, the Contractor shall provide, at no41cost to the Contracting Agency, a copy of permits and requirements for placing the material42into a sanitary sewer system prior to beginning the work.43

44Work may resume, with treatment, once the pH of the treated material is between 6.5 and458.5 or it can be demonstrated that the runoff will not reach surface waters.46

478-01.3(2) Seeding, Fertilizing, and Mulching48

49(NWR November 10, 2014)508-01.3(2)A Preparation for Application51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 102

Section 8-01.3(2)A is supplemented with the following:12

Weeds in any area to be seeded shall be controlled in accordance with Section 8-302.3(3) prior to seeding.4

5Disturbed areas requiring seeding, including but not limited to staging areas and6access roads, shall be loosened and cultivated to a minimum depth of 10 inches7prior to seeding operations.8

9No cultivation shall occur in areas within the drip line of existing vegetation10scheduled to remain.11

12The Contractor shall seed the prepared areas within two calendar weeks of13completion of preparation. Temporary erosion control measures may be required to14allow seeding and preparation activities to be performed in accordance with the15requirements of Section 8-01.3(2)F.16

178-01.3(2)B Seeding and Fertilizing18Section 8-01.3(2)B is supplemented with the following:19

20(******)21Erosion Control Seed22Seed of the following mix, rate, and analysis shall be applied at the rates shown23below on all areas requiring Erosion Control seeding within the project:24

25Seed by Common Name Pounds Pure Live Seed26and (Botanical name) (PLS) Per Acre27

28Creeping Red Fescue29(Festuca rubra ssp. Rubra) 6.1030

31Rough Bentgrass (Agrostis scabra) 0.4032

33Meadow Barley (Hordeum brachyantherum) 30.0034

35Blue Wildrye (Elymus glaucus) 7.0036

37Tufted Hairgrass (Deschampsia cespitosa) 0.5038

39White Dutch Clover (Trifolium repens) 1.8040

41Yarrow (Achillea millefolium) 0.5042

43Seashore Lupine (Lupinus littoralis),44Prairie Lupine (L. lepidus) or 3.7045Riverbank Lupine (L. rivularis) **46

47Total pounds PLS per Acre 50.0048

49** Any combination of the three lupine species is acceptable at the pounds of50pure live seed listed.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 103

1The seed shall be certified in accordance with WAC 16-302 and meet the following2requirements:3

4Prohibited Weed 0% max.5Noxious Weed 0% max.6Other Weed 0.20% max.7Other Crop 0.40% max.8

9(NWR January 3, 2011)10Fertilizer for Seeding, Fertilizing, and Mulching11Fertilizer for seeding, fertilizing, and mulching shall consist of processed granulated12organic substances. Organic substances for primary plant nutrients may be comprised13of fungal and/or bacterial biomass, vegetatively derived nutrients, or composted animal14byproducts. No animal or human waste product-based materials will be accepted.15

16Fertilizer shall contain the following:17

18Organic substances 50%19Total carbon / nitrogen ratio ≥4:120Total Nitrogen ≥12%21Water soluble nitrogen ≤0.10%22Available phosphorus asP2O2 4%23Soluble Potash as K2O 8%24Calcium 2%25

26Fertilizer shall be applied at the manufacturer’s recommended rate for seeded areas.27

28The fertilizer formulation and application rate shall be approved by the Engineer based29on the manufacturer’s guaranteed statement of analysis and recommended application30rates before use.31

329-14.3 Fertilizer33Section 9-14.3 is supplemented with the following:34

35(******)36Fertilizer for Seeding, Fertilizing, and Mulching37Fertilizer shall be organic and applied at the manufacturer’s maximum38recommended application rate or as specified in the Plans. The fertilizer39formulation shall be approved by the Engineer before use.40

41Section 9-14.3, paragraph 1, is revised to read:42

43Fertilizer shall be registered with Washington State Department of Agriculture44(WSDA) Organic Program. Fertilizer shall not contain raw manure and shall45be inoculated with mycorrhizal fungi in a pelleted or granular form. Mycorrhizal46fungi can be added by the manufacturer or it can be added separately to the47fertilizer blend at the rate specified by the manufacturer. The Mycorrhizae shall48be MycoApply Certified (http://www.mycoapplycertified.com/) and OMRI49certified. Fertilizer shall have the following Guaranteed Chemical Analysis (N-50P-K) (%):51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 104

1N: 4 to 82P: 1 to 43K: 1 to 44

5Water insoluble N shall be a minimum of 50% of the total available Nitrogen.6

7Fertilizer shall be furnished in a standard unopened container with weight, name8of plant nutrients, and manufacturer’s guaranteed statement of analysis clearly9marked.10

1112

8-01.3(2)D Mulching13Section 8-01.3(2)D is supplemented with the following:14

15(January 5, 2015)16*** Moderate Term Mulch *** shall be applied at a rate of *** 2700*** pounds per17acre with no more than *** 1400*** pounds per acre applied in a single lift.18

199-14.4(2)B Moderate-Term Mulch20Section 9-14.4(2)B is replaced with the following:21

22(******)23

Table 3 Moderate-Term Mulch Test Requirements2425

Properties TestMethod

Requirements

Performance inProtecting Slopes fromRainfall-InducedErosion

ASTM D6459.

C Factor = 0.010 maximumusing RevisedUniversal Soil Loss Equation(RUSLE)

268-01.4 Measurement27Section 8-01.4 is supplemented with the following:28

29(******)30Compacted till will be measured by the cubic yard. The quantity for Compacted Till to be31paid for on this project shall be the quantity shown in the proposal, unless changes are32made in accordance with Section 1-04.4 which affect this qty. The quantity shown in the33proposal will be adjusted by the amount of the change and will be paid for as specified in34section 1-04-4.35

368-01.5 Payment37Section 8-01.5 is supplemented with the following:38

39(******)40“Compacted Till”, per cubic yard.41The unit contract price per cubic yard for “Compacted Till” shall be full compensation for all42costs incurred for furnishing, portioning, loading, hauling, and placing the materials.43Compaction work for “Compacted Till” will be paid for per cubic yard under bid item44“Embankment Compaction”.45

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 105

18-02 Roadside Restoration2

38-02.1 Description4Section 8-02.1 is supplemented with the following:5

Soil Decompaction67

(******)8This work shall also consist of decompacting soil for the purpose of plant establishment.9

108-02.2 Materials11Section 8-02.2 is supplemented with the following:12

1314

9-14.1 Topsoil1516

9-14.1(1) Topsoil Type A17Section 9-14.1(1) is supplemented with the following:18

19(******)20Topsoil Type A shall meet the following requirements:21

22Cation exchange capacity (CEC) of Topsoil Type A shall be a minimum of 523milliequivalents CEC/100 g dry soil (U.S. EPA Method 9081).24

25Organic content greater than 8-percent but less than 15-percent as measured26on a dry weight basis using AASHTO T 267 Determination of Organic Content27in Soils by Loss on Ignition.28

29Topsoil Type A shall be 60-percent to 70-percent Sandy Loam and 40-percent30to 30-percent Fine Compost by volume. Sandy Loam shall be as defined by31the US Department of Agriculture Soil Classification System.32

33The Contractor shall submit a Particle Size Analysis as a Type 1 Working34Drawing from an independent accredited soils testing laboratory indicating the35Material source and compliance with all Topsoil Type A specifications. The36laboratory analysis shall be with a sample size of no less than 2 pounds.37

38The Fine Compost shall conform to the requirements of Section 9- 14.4(8).39

4041

9-14.6 Plant Materials4243

9-14.6(6) Substitution of Plants44Section 9-14.6(6) is supplemented with the following:45

46(NWR January 3, 2011)47The Contractor is advised that a growing contract may be necessary to secure48the required quantities, the specified size, variety, and grade of plant material.49

50(******)51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 106

Water Bags1Slow-release water bags specified for trees shall meet the following criteria:2

31. 15 gallon capacity minimum and approximately 35 inches in diameter and 6 inches4high when filled with water;52. UV stabilized polyethylene plastic with nylon webbing;63. Two water release points for even watering.7

8Product labels shall clearly show the manufacturer or supplier name, product name and9number and shall include a compliance statement certifying that all ingredients and10inspection standards for this product have been met.11

12Each slow-release water bag shall be protected from damage due to shipment,13water, sunlight and contaminants. Protection shall be maintained during periods of14shipment and storage.15

16Water bags shall be installed after all danger of frost and on or before June 1st. Water17bags shall be maintained in a functioning condition for the 1st year of plant18establishment and left in place beyond 1st year.19

20Filling of Water Bag21During the 1st year of plant establishment, the Contractor shall refill each water22bag weekly from June 1 to September 30.23

Water bags shall be left in place at conclusion of Contract.24

8-02.3 Construction Requirements2526

8-02.3(1) Responsibility During Construction27Section 8-02.3(1) is supplemented with the following:28

29(NWR November 10, 2014)30For all planting areas, the Contractor shall perform work in a manner that minimizes31displacement and destruction of the pre-existing soil structure. Work will be stopped if,32in the opinion of the Engineer, construction method, soil moisture content or other33condition will result in displacement of the existing soil horizon (such as ruts over 334inches deep), or soil structure degradation. The Contractor will not be allowed to resume35work until conditions improve or an alternate method of construction is approved by the36Engineer.37

388-02.3(2) Work Plans39Section 8-02.3(2) is supplemented with the following:40

41(NWR November 10, 2014)42Plant Establishment Plan43The Plant Establishment Plan shall show the scheduling, frequency, dates, materials44and equipment utilized, whichever may apply, for all plant establishment activities45including, but not limited to, the following:46

47A. Plant Establishment Activities48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 107

1. Weed Control for Target Weeds within Planting Areas1a. Chemical Applications (post and pre-emergent)2b. Hand weeding and removal3

42. Fertilizing5

63. Watering7

84. Litter and Debris Removal9

105. Pruning11

126. Insect and Disease Control13

147. Erosion Control Methods and Procedures15

168. Plant Replacement17

8-02.3(3) Weed and Pest Control18Section 8-02.3(3) is supplemented with the following:19

(NWR January 3, 2011)20If Japanese knotweed is encountered within the project limits, it shall be chemically21treated with an approved herbicide. Chemical treatment shall be applied in late summer22or early fall, unless the entire project construction working days fall outside of this time23period.24

25The preferred method of herbicide application is by stem injection. Should the Contractor26choose the foliar application method, a second application will be required after the27residual weeds have regrown to a height of 12 inches to achieve complete results. The28second foliar application shall be at no additional cost to the Contracting Agency.29

30After the Japanese knotweed is dead, the Contractor shall cut the dead stems to the31ground, bag the debris, and dispose of the debris at a landfill or transfer station in32accordance with local noxious weed requirements.33

34(NWR March 22, 2010)35In areas where soil amendment is not indicated, the existing erosion control grasses36shall not be removed except for spot-treatment as indicated in Section 8-02.3(3)A.37

38In areas where the Contractor's activities have compromised the erosion control39functions of the existing grasses, the Contractor shall overseed at no additional cost to40the Contracting Agency.41

42(NWR November 10, 2014)43The Contractor shall control weeds outside of planting areas and within the project limits44that are not otherwise covered by the requirements of Section 8-02.3(3), Planting Area45Weed Control as directed by the Engineer.46

47The Contractor shall remove weed debris from within the project limits.48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 108

This work shall commence from the beginning of the project and continue through the1first year of plant establishment, as ordered by the Engineer. All work to accomplish the2requirements of this Section shall comply with the Weed and Pest Control Plan in3accordance with Section 8-02.3(2).4

5(NWR January 3, 2011)6All work to control weeds or pests shall be performed according to the Weed and Pest7Control Plan as required in Section 8-02.3(2) throughout the life of the project. If the8need arises for methods of weed or pest control that are not covered by the approved9Weed and Pest Control Plan, the Contractor shall submit an amended plan for approval10by the Engineer prior to performing the work.11

128-02.3(3)A Planting Area Weed Control13Section 8-02.3(3)A is supplemented with the following:14

15(NWR January 3, 2011)16After chemical treatment and prior to planting, the Contractor shall remove the17dead woody vegetation at the ground level.18

19(NWR January 3, 2011)20The Contractor shall control reed canary grass using a minimum of two21applications of herbicide in the areas shown in the Plans. Herbicide applications22shall be made between the months of April and September. Prior to the first23application, reed canary grass shall be cut to the ground and the debris shall be24removed from the project limits for disposal. After the reed canary grass has re-25grown to a height of 6 to 12 inches, the Contractor shall make the first application26of herbicide. A second application of herbicide shall be made after a minimum of 627weeks, or when the remaining grass has regrown to a height of 6 to 12 inches,28whichever is earlier.29

30(******)31A 2.5 feet radius area around each plant, excluding emergent plants, where32applicable, shall be kept free of all other vegetation.33

34The seeded areas between plants shall be kept free of all undesirable vegetation35as described in Section 8-02.3(3).36

378-02.3(4) Topsoil38Section 8-02.3(4) is supplemented with the following:39

40(NWR January 3, 2011)41The Contractor shall notify the Engineer a minimum of 10 working days prior to topsoil42placement.43

44Approval and Acceptance45The Contractor shall submit a sample of the topsoil and the proposed method of46incorporation to the Engineer for approval 10 working days prior to beginning placement.47Acceptance samples shall be obtained at the point of delivery.48

49The Contractor shall place topsoil to a reasonable even grade without localized low50areas which will hold water.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 109

1(NWR June 5, 2000)2The Contractor shall submit to the Engineer a manufacturer's certification that the topsoil3contains all materials and soil amendments of the type and quantities specified. The4Engineer will have 10 working days to respond to submittals. Placement shall not begin5until approval has been received in writing.6

78-02.3(4)A Topsoil Type A8Section 8-02.3(4)A is supplemented with the following:9

10(NWR January 17, 2006)11Topsoil Type A shall be placed in two non-compacted lifts.12

13The first 4-inch lift of topsoil shall be placed over the existing soil and incorporated14to a 10-inch depth.15

16The second lift of topsoil shall then be placed over the existing incorporated soil to17the finished grades shown in the Plans.18

198-02.3(5) Planting Area Preparation20Section 8-02.3(5) is supplemented with the following21

22No cultivation shall occur in areas within the drip line of existing vegetation scheduled to23remain.24

25(******)26Soil Decompaction27For the locations designated in the Plans, the Contractor shall uniformly decompact the28soil to a depth of 18 inches such that a soil penetrometer can be inserted to a minimum29depth of 12 inches with no more than 200 PSI of pressure using a ½ inch tip. Soil30decompaction operations shall be scheduled between April 1 and September 30.31

32The Contractor shall notify the Engineer a minimum of five working days prior to the start33of soil decompaction work.34

35The Contractor shall select a soil decompaction method that has the ability to fracture36and shatter compacted soil to the specified depth with uniformity and without negative37consequences to the soil structure in three or fewer passes.38

39The soil decompaction will be accepted by the Engineer based on a field inspection of40soil penetration measurements within the designated soil decompaction area. The41Engineer will select random locations to measure soil decompaction using a Dickey-42JOHN soil penetrometer or approved equivalent. Acceptance is based upon at least 75%43of the soil decompaction readings meeting the PSI requirements.44

45Following soil decompaction operations, the area shall be graded smooth. Topsoil46placement shall not proceed until the Engineer accepted the soil decompaction. No47cultivation shall occur in areas within the drip line of existing vegetation scheduled to48remain.49

508-02.3(6) Soil Amendments51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 110

Section 8-02.3(6) is supplemented with the following:12

(NWR November 10, 2014)3The Contractor shall notify the Engineer a minimum of 5 working days prior to the start4of soil amendment work. Soil amendment application and incorporation methods shall5be approved by the Engineer prior to installation.6

7Order of work:8

91. Initial planting area weed control102. Grading and/or excavation113. Soil placement124. Soil amendment placement and incorporation135. Irrigation installation14

15Soil amendment shall not be placed when a condition exists that may be detrimental to16successful application, incorporation, or soil structure, such as frozen or water saturated17soil.18

198-02.3(7) Layout of Planting20Section 8-02.3(7) is supplemented with the following:21

22(NWR January 17, 2006)23Soil moisture conditions may require adjustment of location or timing of planting for24individual plants or plant mixes. The Contractor may make recommendations for25adjustments to plant locations or timing of planting within planting zones to ensure the26success of all plants. Layout and timing of planting shall be approved by the Engineer27prior to planting.28

29The Contractor shall locate plants to ensure that only low-growing species are placed in30front of signs. If tall growing species are placed within sight lines in front of signs, the31Contractor shall, upon request by the Engineer and at no cost to the Contracting Agency,32move the tall species to non-blocking locations. The Contractor shall replant the voids33with low-growing species if included in the plant mix for the area, or re-seed the area if34no low-growing species are called for in the vicinity of the planting area.35

368-02.3(8) Planting37Section 8-02.3(8) is supplemented with the following:38

39(******)40The Contractor shall exercise care when installing plant material next to existing41vegetation scheduled to remain to prevent damage to the root systems of the existing42vegetation.43

448-02.3(10) Fertilizers45Section 8-02.3(10) is supplemented with the following:46

47(******)48Plant Fertilizer49The Contractor shall provide and apply plant fertilizer for plants and bioengineering50installations between the months of March and June during the first year of plant51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 111

establishment or as directed by the Engineer. Plant fertilizer shall be placed and spread1uniformly according to the following schedule:2

3Plant Type Cups Spread4

5Trees—No. 2 container or larger 1/3 3 ft. diam.6

7Trees—No. 1 container 1/4 2 ft. diam.8

9Shrubs 1/4 2 ft. diam.10

1112

Note:1314

1. Plant fertilizer shall not be placed within a 3 vertical foot elevation above the15existing high water mark of creeks, streams, rivers, lakes, ponds or other water16bodies.17

182. Plant fertilizer shall not be placed in locations where, in the opinion of the19

Engineer, the fertilizer could be washed into creeks, streams, rivers, lakes,20ponds or any waters of the State.21

223. Plant fertilizer shall be hand applied. No mechanical dispersal methods will be23

allowed.2425

(******)26No fertilizers shall be used in stormwater treatment facilities such as infiltration ponds,27compost-amended biofiltration swales (CABS) or in compost-amended vegetated filter28strips (CAVFS).29

308-02.3(11) Bark or Wood Chip Mulch31Section 8-02.3(11) is supplemented with the following:32

33(******)34For trees within grass or infill planting areas, bark mulch or wood chip mulch shall be35placed to a 3-inch compacted depth covering the area as described in the Plans around36each tree. Bark or wood chip mulch shall not be placed in areas of standing water.37

388-02.3(13) Plant Establishment39Section 8-02.3(13) is supplemented with the following:40

41(******)42Failure to comply with the requirements of Section 8-02.3(13) Plant Establishment or to43revise the Plant Establishment Plan as needed, or to comply with corrective steps44outlined by the Engineer will result in a suspension of time for first year plant45establishment period. Such failure shall increase the duration of the first year of plant46establishment for the duration of time required to address the corrective steps.47

48Any such suspension of time will not be lifted until all unsatisfactory conditions have49been corrected to the satisfaction of the Engineer.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 112

8-02.4 Measurement1Section 8-02.4 is supplemented with the following:2

3(******)4Topsoil, Bark or wood chip mulch and Soil amendments will be measured per cubic yard in5the haul conveyance at the point of delivery.6

7Water bags shall be measure per each, installed.8

9Soil Decompaction will be measured per acre along the ground slope line of surface area10loosened and accepted.11

128-02.5 Payment13Section 8-02.5 is supplemented with the following:14

15(******)16“Topsoil Type A”, per cubic yard.17

18“Fine Compost”, per cubic yard.19

20“Water Bags”, per each21The unit contract price per each for “Water Bags” shall include all costs for water bag, water22for bags and installation.23

24 “Soil Decompaction”, per acre.25The unit contract price for “Soil Decompaction”, per acre shall be full pay for performing the26work as specified.27

28The third bid item under Section 8-02.5 is supplemented with the following:29

30(NWR June 5, 2000)31The unit Contract price per each for "PSIPE” shall include all costs for plant fertilizer,32insecticide, and fungicide applications.33

34(******)35The bid items “Plant Selection____”, per each, “PSIPE___”, per each and the third paragraph36under Section 8-02.5 are replaced with the following:37

38“Plant Selection ___”, per each.39The unit Contract price for “Plant Selection ___”, per each shall be full pay for all Work to40perform the work as specified within the planting area prior to planting for weed control,41planting area preparation and installation of plants with initial watering.42

43“PSIPE ___”, per each.44The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to perform45the work as specified within the planting area for weed control and planting area preparation,46planting, cleanup, and water necessary to complete planting operations as specified to the47end of first year plant establishment.48

49(NWR June 5, 2000)50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 113

The following paragraph is added immediately after the item “Soil Amendment” in Section 8-102.5:2

3The unit Contract price per cubic yard for “Soil Amendment” shall include all costs for ripping4the existing soil.5

68-04 Curbs, Gutters, and Spillways7

88-04.5 Payment9Section 8-04.5 is supplemented with the following:10

11(******)12All cost associated with furnishing and installing cement concrete pedestrian curb and all13costs incurred to carry out the requirement of Section 8-04 shall be included in the unit14Contract price for the various “Cement Conc. Curb Ramp Type ____”bid items.15

168-10 Guide Posts17

188-10.1 Description19Section 8-10.1 is supplemented with the following:20

21(April 1, 2002)22This Work shall consist of furnishing and installing barrier delineators on concrete barrier when23barrier runs concurrent with guide post locations.24

258-10.2 Materials26Section 8-10.2 is supplemented with the following:27

28(April 1, 2002)29Barrier delineators shall consist of a flat plastic reflector lens or reflective sheeting attached to30a housing or bracket to facilitate the mounting of the delineator on concrete traffic barrier. The31reflective surface shall be rectangular or trapezoidal shape with a minimum area of 9 square32inches for reflectors and 12 square inches for reflective sheeting. The housing or bracket can33be flexible or rigid, molded from a durable plastic or other durable material approved by the34Engineer. Barrier delineators shall be one sided for single direction or two sided for bi-35directional.36

37Reflectors shall be acrylic or polycarbonate and shall conform to AASHTO M 290. Reflectors38shall equal or exceed the following minimum values of specific intensity:39

40Observation Entrance Specific Intensity41Angle Angle cd/ft-c42(Degrees) (Degrees) White Yellow430.1 0 126 75440.1 20 50 3045

46Reflective sheeting for barrier delineators shall be type III, IV, V or VII and selected from47approved materials listed in the Qualified Products List.48

498-10.3 Construction Requirements50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 114

Section 8-10.3 is supplemented with the following:12

(April 1, 2002)3Barrier delineators shall be placed on the traffic face of the barrier 6 inches down from the top.4Spacing shall be as shown in the Plans. Delineator color shall be white on the right of traffic5and yellow on the left of traffic. The surface of the barrier where the delineator is applied shall6be free of dirt, curing compound, moisture, paint, or any other material that would adversely7affect the bond of the adhesive. Install delineators with an adhesive recommended by the8manufacturer.9

108-10.4 Measurement11Section 8-10.4 is supplemented with the following:12

13(April 1, 2002)14Barrier delineators will be measured by the unit for each delineator furnished and installed.15

168-10.5 Payment17Section 8-10.5 is supplemented with the following:18

19(April 1, 2002)20"Barrier Delineator", per each21

228-12 Chain Link Fence and Wire Fence23

248-12.2 Materials25Section 8-12.2 is supplemented with the following:26

27(August 3, 2009)28Coated Chain Link Fence29Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square30foot of surface area.31

32Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material33at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with34the manufacturer's written instructions. The Contractor shall provide the Engineer with the35manufacturer's written specifications detailing the product and method of fabrication. The36color shall match Federal Standard 595 color number *** 27038 ***, or be as approved by the37Engineer.38

39Samples of the coated fencing materials shall be approved by the Engineer prior to installation40on the project.41

42The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum43of 14 ounces each of paint of the color specified above. The touch-up paint shall be44compatible with the coating system used.45

46(April 4, 2017)47Cable Fence48Steel pipe shall conform to ASTM A 53, Grade B, Type E or S.49

50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 115

Steel bars, plates, and shapes shall conform to ASTM A 36.12

Steel components shall be galvanized after fabrication in accordance with AASHTO M 111.34

Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these Special5Provisions.6

7Spelter sockets and turnbuckles shall conform to the size and breaking strength requirements8specific in the Plans, shall be compatible with the wire rope selected by the Contractor, and9shall be galvanized after fabrication in accordance with AASHTO M 232.10

11Wire rope shall conform to one of the following:12

131. ASTM A 603 with Class A weight zinc-coated wires throughout.14

152. ASTM A 1023 with drawn galvanized wires throughout in accordance with ASTM A16

1007. Acceptance of ASTM A 1023 wire rope is contingent upon the Contractor17furnishing a Type 1 Working Drawing certifying that the lot of supplied wire rope has18a minimum modulus of elasticity of 15,000 ksi when tested in accordance with19ASTM A 931 Section 3.2.17.20

213. Phillystran HPTG 27000 I as manufactured by:22

23Phillystran, Inc.24151 Commerce Drive25Montgomeryville, PA 18936-962826(215) 368-661127www.phillystran.com28

298-12.3 Construction Requirements30Section 8-12.3 is supplemented with the following:31

32(April 6, 2015)33The Contractor shall field measure the slope of the top of the existing retaining wall at each34location of cable fence end post and intermediate brace. The Contractor shall submit Type 135Working Drawings consisting of the tabulated field measured slope data.36

37(April 6, 2015)38The Contractor shall submit shop drawings of the cable fence in accordance with Section 6-3903.3(7). The shop drawings shall include, at a minimum, the following:40

411. Plan, elevation, and section views of the cable fence and all components, with42

dimensions and tolerances.4344

2. Material designations for all components.4546

3. Socketing procedure for the spelter sockets.4748

4. Erection plan for installing the posts, installing and connecting the cable to the posts,49and tensioning the cable.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 116

The Contractor shall install resin bonded anchors in accordance with Section 6-02.3(18) as1supplemented in these Special Provisions.2

3The cable shall be tensioned to 400 pounds with six inches minimum of take up still available4in the turnbuckle.5

6(April 6, 2015)7After erecting the cable fence posts, but prior to installing the cable, the Contractor shall clean,8prepare, and paint all exposed galvanized surfaces in accordance with Section 6-07.3(11)A.9The color of the finish coat, when dry, shall match Federal Standard 595 Color No. 20045.10

118-12.4 Measurement12Section 8-12.4 is supplemented with the following:13

14(April 6, 2015)15Cable fence will be measured by the linear foot along the line and slope at the base of the16completed fence.17

188-12.5 Payment19Section 8-12.5 is supplemented with the following:20

21(April 1, 2002)22“Coated Chain Link Fence Type ___”, per linear foot.23Payment for clearing of fence line for “Coated Chain Link Fence Type ___” shall be in24accordance with Section 2-01.5.25“Coated End, Gate, Corner, Pull Post for Chain Link Fence”, per each.26“Double 20 Ft. Coated Chain Link Gate”, per each.27

28(April 6, 2015)29“Cable Fence”, per linear foot.30

3132

8-14 Cement Concrete Sidewalks3334

8-14.1 Description35Section 8-14.1 is revised to read:36

37(April 3, 2017)38This Work consists of constructing cement concrete sidewalks, curb ramps, bus stop shelter39foundations, masonry sidewalks, and ramp grinding in accordance with details shown in the40Plans, Standard Plans, these Specifications, and in conformity to the lines and grades shown41in the Plans, Standard Plans, and as established by the Engineer.42

438-14.3 Construction Requirements44Section 8-14.3 is supplemented with the following:45

46(April 3, 2017)47The Contractor shall request a pre-construction meeting with the Engineer to be held two to48five working days before any work can start on cement concrete sidewalks, curb ramps or49other pedestrian access routes to discuss construction requirements. Those attending shall50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 117

include:12

1. The Contractor and Subcontractor in charge of constructing forms, and placing, and3finishing the cement concrete.4

52. Project Engineer (or representative) and Project Inspectors for the cement concrete6

sidewalk, curb ramp or pedestrian access route Work.78

Items to be discussed in this meeting shall include, at a minimum, the following:910

1. Slopes shown on the Plans.1112

2. Inspection1314

3. Traffic control1516

4. Pedestrian control, access routes and delineation1718

5. Accommodating utilities1920

6. Form work2122

7. Installation of detectable warning surfaces2324

8. Contractor ADA survey and ADA Feature as-built requirements2526

9. Cold Weather Protection2728

(April 3, 2017)29Timing Restrictions30Within an intersection, the crossing of one leg of the intersection shall be constructed at a31time and shall be completed and open to traffic within five calendar days before construction32can begin on another of the intersection unless otherwise allowed by the Engineer.33

34Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when35an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use36and ends when the quadrant or traffic island/median is fully functional and open for pedestrian37access.38

39(April 3, 2017)40Layout and Conformance to Grades41The Contractor shall meet the requirements depicted in the Contract documents. Using the42information provided in the Contract documents, the Contractor shall lay out, grade, and form43each new curb ramp, sidewalk, and curb and gutter.44

458-20 Illumination, Traffic Signal Systems, and Electrical46

478-20.1 Description48Section 8-20.1 is supplemented with the following:49

50(******)51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 118

Work shall include the following:12

1. Furnishing and installing all equipment necessary to provide complete and3functional permanent traffic signal system and modify existing ITS and illumination4systems.5

2. Relocating existing luminaire poles and reconnecting to existing circuit wires.63. Salvaging existing traffic signal and illumination equipment as noted on the Plans.74. Removing and disposing of all other existing traffic signal and illumination8

equipment superseded by the Project improvements.910

Item 3 is supplemented with the following subitems:1112

3a. Traffic Data Accumulation System133b. Communication Cables and Interfaces14

15(******)16Traffic Data Accumulation System17This work shall consist of furnishing, installing, and testing all materials and equipment18necessary to protect, modify and restore the existing Traffic Data Accumulation system.19

20(NWR ITS February 11, 2002)21Communication Cables and Interfaces22This work shall consist of furnishing, installing and testing all materials and equipment23necessary to complete in place the communication cable and interface system and, when24specified, the modification of such an existing system.25

268-20.2 Materials27Section 8-20.2 is supplemented with the following:28

29(******)30Contracting Agency-Supplied Materials31The Contracting Agency will supply the following materials for the illumination and signal32systems:33

34Description Quantity35

36Steel Light Standard, H1=50’, with 12’ Type 1 mast arms 337(Per Standard Plan J-28.10-01)38

39Steel Light Standard, H1=50’, with 16’ Type 1 mast arms 840(Per Standard Plan J-28.10-01)41

42Anchor Bolt Assembly for Light Standard, 1” Diam. 843(Per Standard Plan J-28.30-03)44

45Anchor/Slip Plate Assembly for Light Standard Slip Base 546(Per Standard Plan J-28.42-01)47

48Signal Standard, Type PS with Slip Base 349(Per Standard Plans and J-21.10-04)50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 119

1Signal Standard, Type I with Slip Base 22(Per Standard Plans J-21.15-01 and J-21.10-04)3

4Anchor/Slip Plate Assembly for Type PS, I and FB Signal Standards 95(Per Standard Plan J-21.10-04)6

7Anchor Bolt Assembly for Type PS, I and FB Signal Standards with Slip Base 38(Per Standard Plan J-21.10-04)9

10Materials for Anchor Bolt Assembly (unassembled) for Type PS, I and 111FB Signal Standards (Per Standard Plan J-21.10-04)12

13Except as specifically indicated for anchor bolt assemblies as shown in the referenced14Standard Plans, the above materials provided by the Contracting Agency will *not* include15any nuts, bolts, screws, rods, washers, keeper plates or other hardware, including but not16limited to hardware for handhole covers, slip bases and davit arm attachments.17

18When Contracting Agency-supplied materials require foundations, the Contractor may19request release of Contracting Agency-supplied materials, except for anchor bolts, only after20foundations for the equipment described above have cured.21

22The Contractor shall notify the Engineer three working days in advance of the date23Contracting Agency-supplied materials are required.24

25Contracting Agency-supplied materials will be available for pick up, dimensional verification26or bolt pattern verification during normal working hours from the lay-down yard located at:27

28Tulalip Adult Training and Education Services Building2911200 34th Avenue NE.30Tulalip, WA 9827131Attention: Debbie Bray32Telephone: (360) 716-502433

349-29.1 Conduit, Innerduct, and Outerduct35Section 9-29.1 is supplemented with the following:36

37(NWR August 10, 2009)38Conduit Sealing39Mechanical plugs for cabinet conduit sealing shall be one of the following:40

411. Tyco Electronics – TDUX422. Jackmoon – Triplex Duct Plugs433. O-Z Gedney – Conduit Sealing Bushings44

45The mechanical plug shall withstand a minimum of 5 psi of pressure.46

479-29.1(2) Rigid Metal Conduit Fittings and Appurtenances48Section 9-29.1(2) is supplemented with the following:49

50(August 10, 2009)51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 120

Conduit Coatings1Electroplated couplings are not allowed.2

3(NWR March 4, 2009)4Surface Mounting Conduit Attachment Components5Channel supports and all fastening hardware components shall be Type 3046stainless steel. Conduit clamps shall be one piece, two bolt units with lock washers.7

89-29.2 Junction Boxes, Cable Vaults and Pull Boxes9

109-29.2(1)A Standard Duty Junction Boxes11Section 9-29.2(1)A is supplemented with the following:12

13(NWR January 7, 2013)14Concrete Junction Boxes15Both the non-slip lid and non-slip frame shall be treated with Mebac1 (their most16aggressive surface) as manufactured by IKG industries, or SlipNOT Grade 3-coarse17as manufactured by W.S. Molnar Co. The non-slip lid shall be identified with permanent18marking on the underside indicating the type of surface treatment (“M1” for Mebac 1;19or “S3” for SlipNot3) and the year of manufacturer. The permanent marking shall be201/8-inch line thickness formed by engraving, stamping or with a stainless steel weld21bead.22

239-29.2(2)A Standard Duty Cable Vaults and Pull Boxes24Section 9-29.2(2)A is supplemented with the following:25

26(NWR January 7, 2013)27Cable Vaults and Pull Boxes Non Slip Lids28Both the non-slip lid and non-slip frame shall be treated with Mebac1 (their most29aggressive surface) as manufactured by IKG industries, or SlipNOT Grade 3-coarse30as manufactured by W.S. Molnar Co. The non-slip lid shall be identified with permanent31marking on the underside indicating the type of surface treatment (“M1” for Mebac 1;32or “S3” for SlipNot3) and the year of manufacturer. The permanent marking shall be331/8-inch line thickness formed by engraving, stamping or with a stainless steel weld34bead.35

369-29.2(4) Cover Markings37Section 9-29.2(4) is supplemented with the following:38

39(NWR February 11, 2013)40Junction Box Identification41Junction boxes shall be marked “WSDOT” when the junction boxes are to be installed42as part of a future raceway system in a bridge structure, vehicle barrier, pedestrian43barrier, or roadway crossing and the future raceway system is not connected to an44illumination, signal, interconnect, or ITS raceway system.45

46Junction boxes, pull boxes and cable vaults containing only Traffic Signal Interconnect47(fiber optics) cable shall be marked or embossed with the legend “COMM”.48

499-29.3 Fiber Optic Cable, Electrical Conductors, and Cable50Section 9-29.3 is supplemented with the following:51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 121

1(******)2Outdoor Rated Category 6 Cable3A Category 6 outside plant rated cable shall be provided for connecting Ethernet devices4that are in separate cabinets. The cable shall contain four twisted pairs of #23 or 24AWG5solid bare copper wire. Each pair shall be uniquely color coded with a Thermoplastic6polyolefin jacket.7

8The cable outer jacket shall be Polyolefin with a minimum wall thickness of 0.040”. The9cable shall consist of water blocking material in the cable interstices for moisture10protection.11

12The cable shall have a voltage rating of 300V.13

14The cable shall be UL listed. It shall support up to IEEE 802.3 1000Base-T Ethernet and15IEEE 802.3af for power over Ethernet.16

17The cable shall be terminated on each end with an RJ45 connector.18

199-29.3(2) Electrical Conductors and Cable20

21Multi-Conductor Cable22Section 9-29.3(2)B is supplemented with the following:23

24(NWR August 19, 2013)25Two-conductor through ten-conductor unshielded control cable shall be size 16 AWG.26

27Detector Loop Wire28Section 9-29.3(2)F is revised to read:29

30(NWR October 5, 2009)31Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform32to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased33in a polyethylene outer jacket (PE tube).34

359-29.6 Light and Signal Standards36Section 9-29.6 is supplemented with the following:37

38(April 1, 2013)39Light Standards with Type 1 Luminaire Arms40Lighting standards shall be fabricated in conformance with the methods and materials41specified on the pre-approved Plans listed below, provided the following requirements42have been satisfied:43

44(a) Light source to pole base distance (H1) shall be as noted in the Plans.45

Verification of H1 distances by the Engineer, prior to fabrication, is not required.46Fabrication tolerance shall be 6 inches.47

48(b) All other requirements of the Special Provisions have been satisfied.49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 122

Pre-Approved Plan Fabricator Mounting Hgt.

Drawing No. DB00654 Rev. GSheets 1, 2, 3 & 4

Valmont Ind. Inc. 30', 35’, 40' & 50'

Drawing No. W3721-1 Rev. I&W3721-2 Rev. D

Ameron Pole Prod.Div.

20',25’,30’,35’,40’,45’ &50'

Drawing No. NWS 3510 Rev.2 orNWS 3510BRev. 2

Northwest SignalSupply, Inc.

25', 30', 35',40', 45' &50'

Drawing WS-SL-01 Revision 7Sheets 1 & 2 of 2

American PoleStructures, Inc.

25', 30', 35',40', 45', 50'

Drawing 71035-B39 Rev. R10.1Sheets 1 & 2 of 2

Union Metal Corp 40'

Drawing 71035-B50 Rev. R2.1Sheets 1, 2 & 3 and B100-B335Rev. R1

Union Metal Corp. 50’

Drawing 71035-B47 Rev. R3Sheet 1 of 1 Elbow MountingDetail

Union Metal Corp 40’, 50’

Drawing No. WSDOT-LP-01 Rev.4, Sheets 1 and 2 or WSDOT -LP-01-BE Rev 3Sheets 1 and 2 or WSDOT - LP-01-C8B Rev 2

West CoastEngineering Group

25’, 30’, 35’, 40’,45’, and 50’

Drawing No. 10-31-RWP-1Rev. 4 Sheets 1, 2 & 3

KW Industries 25, 30, 35, 40, 45, 50

Drawing No. 10-31-RWP-3 Rev.2 (Bridge Mount Details)

KW Industries

1(April 1, 2013)2Traffic Signal Standards3Traffic signal standards shall be furnished and installed in accordance with the methods4and materials noted in the applicable Standard Plans, pre-approved Plans, or special5design Plans.6

7All welds shall comply with the latest AASHTO Standard Specifications for Structural8Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall9comply with Section 6-03.3(25)A Welding Inspection.10

11

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 123

Hardened washers shall be used with all signal arm connecting bolts instead of1lockwashers. All signal arm ASTM A 325 connecting bolts tightening shall comply with2Section 6-03-3(33).3

4Traffic signal standard types and applicable characteristics are as follows:5

6Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.107

or to one of the following pre-approved Plans:89

Fabricator Drawing No.Northwest Signal NWS 3540 Rev. 2 andSupply Inc. NWS 3540B Rev. 2Valmont Ind. Inc. DB00655 Rev. J

Sheets 1, 2 and 3

Ameron Pole Prod. Div. WA10TR-1 & WAPPBPBA

Union Metal Corp. TA-10035 Rev. R6West Coast Engineering Group WSDOT-PP-01 Rev. 1

KW Industries 10-200-PED-1Rev. 7, Sheets 1, 2 and 3

10Type PS Pedestrian signal standards shall conform to Standard Plan J-20.1611

or to one of the following pre-approved Plans:1213

Fabricator Drawing No.Northwest Signal SupplyInc.

NWS 3540 Rev. 2 and NWS 3540BRev. 2

Valmont Ind. Inc. DB00655 Rev. JSheets 1 2 & 3

Ameron Pole Prod. Div. WA10TR-1 & WA10TR-2

Union Metal Corp. TA-10025, Rev. R17Sheets 1 & 2

West Coast EngineeringGroup

WSDOT-PP-02 Rev. 1

American Pole Structures,Inc.

WS-PP-03 Rev. 1D

KW Industries 10-200-PED-1 Rev. 7, Sheets 1, 2and 3

14

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 124

Type I Type I vehicle signal standards shall conform to Standard Plan J-121.15 or to one of the following pre-approved Plans:2

Fabricator Drawing No.Northwest Signal SupplyInc.

NWS 3540 Rev. 2 and NWS 3540BRev. 2

Valmont Ind. Inc. DB00655 Rev. JSheets 1 2 & 3

Ameron Pole Prod. Div. WA10TR-1 & WA10TR-2

Union Metal Corp. TA-10025 Rev. R17Sheets 1 & 2

West Coast EngineeringGroup

WSDOT-PP-02 Rev. 1

American Pole Structures,Inc.

WS-PP-03 Rev. 1D

KW Industries 10-200-PED-1Rev. 7, Sheets 1, 2 and 3

Type FB Type FB flashing beacon standard shall conform to Standard Plan J-321.16 or the following pre-approved plan:4

Fabricator Drawing No.Valmont Ind. Inc. DB00655 Rev. J

Sht. 1 2 & 3Union Metal Corp. 50200-B58 Rev. R6

Sht 1 & 2Ameron Pole Prod. Div. WA10TR-1 & WA10TR-2Northwest Signal SupplyInc.

NWS 3540 Rev. 2 and NWS 3540BRev. 2

KW Industries 10-200-PED-1Rev. 7, Sheets 1, 2 and 3

Type RM Type RM ramp meter standard shall conform to Standard Plan J-22.155or the following pre-approved plan:6

Fabricator Drawing No.Valmont Ind. Inc. DB00655 Rev. J

Sheets 1 2 & 3Union Metal Corp. 50200-B58 Rev. R6

Sheets 1 & 2Ameron Pole Prod. Div. WA10TR-1 & WA10TR-2Northwest Signal SupplyInc.

NWS 3540 Rev. 2 and NWS 3540BRev. 2

KW Industries 10-200-PED-1Rev. 7, Sheets 1, 2 and 3

7

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 125

Type CCTV Type CCTV camera pole standards shall conform to one of the1following pre-approved Plans:2

3Fabricator Drawing No.Valmont Industries, Inc. DB 00759 Rev. JAmeron Pole Product Div. W6CCTV1 Rev. F & W6CCTV2 Rev A

West Coast EngineeringGroup

AP-WSDOT-CP-01 Rev. 3

American Pole Structures,LLC

WS-CP-01 Rev. 1CSheets 1 & 2

Union Metal Corporation Drawing No. P33-B318, R11.1,Sheets 1, 2 of 2

Union Metal Corporation Drawing No. P33-B323, Rev. 3Sheets 1, 2 of 2

KW Industries Drawing No. 10-200-CAM-1Rev. 6, Sheets 1 and 2

Northwest Signal Supply,Inc.

Drawing No. NWS 3545 (For TypeCCTV) Rev. 1

4Type II Characteristics:5

6Luminaire mounting height N.A.7Luminaire arms N.A.8Luminaire arm length N.A.9Signal arms One Only10

11Type II standards shall conform to one of the following pre-approved12Plans, provided all other requirements noted herein have been13satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are14noted after fabricator.15

16Signal ArmLength(max)

Fabricator-(x) (y) (z) Drawing No.

65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev.RSheets 1, 2. 3& 4

65 ft. Union Metal Corp. (2900) 71026-B86 Rev. R10.1Sheets 1, 2 & 3 of 3

65 ft. Ameron Pole-(2900) W3724-1 Rev.J & W3724-2Rev. G

65 ft. Northwest Signal-(2802) SupplyInc.

NWS 3505 Rev. 4 or NWS3505BRev. 4

45 ft. American Pole (1875) Structures,Inc.

WS-T2-L Rev.8Sheet 1 & 2 of 2

65 ft. American Pole (2913) Structures,Inc.

WS-T2-H Rev. 8Sheet 1 & 2 of 2

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 126

Signal ArmLength(max)

Fabricator-(x) (y) (z) Drawing No.

65 ft. KW Industries 10-200-TSP-4 Rev. 5,Sheets 1, 2, and 3

65 ft West Coast Engineering Group WSDOT-TS-01 Rev. 3Sheets 1, 2, and 3

65 ft. Maico Industries (2894) WSDOTMA Rev. 3Sheets 1, 2 and 3

12

Type III Characteristics:34

Luminaire mounting height 30 ft., 35 ft.,540 ft., or 50 ft.6

Luminaire arms One Only7Luminaire arm type Type 28Luminaire arm length (max.) 16 ft.9Signal arms One Only10

11Type III standards shall conform to one of the following pre-approved12Plans, provided all other requirements noted herein have been13satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are14noted after fabricator.15

16Signal Arm Length(max)

Fabricator-(x) (y) (z) Drawing No.

45 ft. American Pole (1875)Structures, Inc.

WS-T3J-L, Rev. 11Sheets 1 & 2 of 2

65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev. R,Shts. 1, 2, 3 & 4 and "T" luminaire arm

65 ft. Northwest Signal-(2802)Supply Inc.

NWS 3505 Rev. 4 or NWS 3505B Rev.4

65 ft. Ameron Pole-(2900) Prod.Div.

W3724-1 Rev. J & W3724-2 Rev. Gand "T" luminaire arm

65 ft West Coast EngineeringGroup

WSDOT-TS-01 Rev. 3Sheets1, 2.& 3

65 ft. Maico Industries (2947) WSDOTMA Rev. 3Sheets 1, 2 and 3 and "T" luminairearm

65 ft. KW Industries 10-200-TSP-3 Rev. 5,Sheets 1, 2, and 3

65ft Union Metal Corp. 71026-B87 R11Sheets 1, 2, and 3

65 ft. American Pole (2913)Structures, Inc.

WS-T3J-H, Rev. 10Sheets 1 & 2 of 2

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 127

12

Type IV Type IV strain pole standards shall be consistent with details in the3Plans and Standard Plan J-7c or one of the following pre-approved4Plans:5

6Fabricator Drawing No.Northwest Signal SupplyInc.

NWS 3525 Rev. 2 or NWS 3525BRev. 2

Valmont Industries, Inc. DB006885, Rev. ASheets 1 and 2

Ameron Pole Prod. Div. M3650 Rev. G

Union Metal Corp. EA-10224, Rev. R13Sheet 1 of 1

American Pole Structures,Inc.

9000-12-037 Rev. A

Maico Industries WA-SP-4 Rev. 2,Sheets 1 and 2 of 2

78

Type V Type V combination strain pole and lighting standards shall be9consistent with details in the Plans and Standard Plan J-7c or one of10the following pre-approved Plans:11

12Fabricator Drawing No.Ameron Pole Prod. Div. M3650 Rev.G

Northwest SignalSupply Inc.

NWS 3525 Rev. 2 or NWS 3525B Rev. 2

Maico Industries WA-SP-5 Rev. 2, Sheets 1, 2 & 3 and "T"luminaire arm

Valmont Industries,Inc.

DB006885, Rev. ASheets 1 and 2

1314

The luminaire arm shall be Type 2, 16 foot maximum and the luminaire15mounting height shall be 40 feet or 50 feet as noted in the Plans.16

17Type SD Type SD standards require special design. All special design shall be18

based on the latest AASHTO Standard Specifications for Structural19Supports for Highway Signs, Luminaires and Traffic Signals and pre-20approved Plans and as follows:21

221. A 90 mph wind loading shall be used.23

24

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 128

2. The Design Life and Recurrence Interval shall be 50 years1for luminaire support structures.2

33. Fatigue design shall conform to AASHTO Section 11, Table4

11-1 using fatigue category III.56

Complete calculations for structural design, including anchor bolt7details, shall be prepared by a Professional Engineer, licensed under8Title 18 RCW, State of Washington, in the branch of Civil or Structural9Engineering or by an individual holding valid registration in another10State as a civil or structural Engineer.11

12All shop drawings and the cover page of all calculation submittals shall13carry the Professional Engineer's original signature, date of signature,14original seal, registration number, and date of expiration. The cover15page shall include the Contract number, Contract title, and sequential16index to calculation page numbers. Two copies of the associated17design calculations shall be submitted for approval along with shop18drawings.19

20Details for handholes and luminaire arm connections are available21from the Bridges and Structures Office.22

23Foundations for various types of standards shall be as follows:24

25Type PPB As noted on Standard Plan J-20.10.26Type PS As noted on Standard Plan J-21.10-0227Type I As noted on Standard Plan J-21.10-0228Type FB As noted on Standard Plan J-21.10-0229Type RM As noted on Standard Plan J-21.10-0230Type CCTV As noted on Standard Plan J-29.15-0031Type II As noted in the Plans.32Type III As noted in the Plans.33Type IV As noted in the Plans and Standard Plan J-7c.34Type V As noted in the Plans and Standard Plan J-7c.35Type SD As noted in the Plans.36

379-29.6(1) Steel Light and Signal Standards38Section 9-29.6(1) is supplemented with the following:39

40(NWR May 1, 2006)41Light and Signal Standard Painting42Galvanized steel light and signal standards shall not be painted.43

449-29.10 Luminaires45Section 9-29.10 is supplemented with the following:46

47(******)48LED Conventional Roadway Luminaires49LED Luminaires are classified based on their equivalent High Pressure Sodium (HPS)50luminaires. Where LED luminaires have been specified for use, the LED Luminaires shall51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 129

be selected from the models listed below. House side shields may be specified at some1locations in the Contract. Shields are not included in the order codes listed below – order2codes shall be modified to the minimum extent necessary to allow for the inclusion of3house side shields when required.4

5Voltages refer to the supply voltages to the luminaires present in the field. Only one brand6of LED conventional roadway luminaire may be used on a Contract. Other brands of LED7high-mast, underdeck, or wall-mount luminaires may be used when any of those types are8allowed by the Contract.9

10LED Conventional Roadway Luminaires approved for use:11

12250W HPS Equivalents:13

14Eaton (Cooper) Streetworks Navion (NVN):15

480V: NVN-AF-03-D-8-T3R-10K-800-4N7-K-AP-OA/RA10131617

310W HPS Equivalents:1819

Eaton (Cooper) Streetworks Navion (NVN):20480V: NVN-AF-04-D-8-T3R-10K-800-4N7-K-AP-OA/RA101321

229-29.12 Electrical Splice Materials23

249-29.12(2) Traffic Signal Splice Material25Section 9-29.12(2) is supplemented with the following:26

27(NWR March 1, 2011)28Induction loop splices shall be either the heat shrink type or the re-enterable type with end29cap seals.30

319-29.13 Controller Cabinet Assemblies32

339-29.13(3) Traffic Signal Controller34Section 9-29.13(3) is supplemented with the following:35

36(******)37Signal Controller38The traffic signal controller shall be a type 2070 controller conforming to the 2002 TEES39(Transportation Electrical Equipment Specification) and shall include the following items:40

412070-1B CPU Module422070-2A Field I/O432070-3B Front Panel442070-4A Power Supply45Nextphase Software462070 Unit Chassis47

48

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 130

(NWR July 22, 1999)1Controllers2The local signal control unit shall be a fully actuated, eight-phase controller. Pedestrian3functions on a minimum of four phases shall be provided.4

5The following functions shall also be provided in the local signal control unit:6

71. Guaranteed Yellow: The Yellow interval for all phases shall be 3.5 seconds unless8

the operator sets a higher value for it.92. Simultaneous Gap Out: Two concurrently timing phases shall simultaneously reach10

a rest state prior to their termination by gap out and prior to advancing across the11barrier. A phase in dual ring operation may re-time its gap from a rest state upon12vehicle actuation.13

149-29.13(6) Emergency Preemption15Section 9-29.13(6) is supplemented with the following:16

17(******)18Preemption:19Pre-emption equipment shall be Opticom from the following Manufacturer:20

21Global Traffic Technologies, LLC227800 Third Street North23St. Paul, Minnesota 55128-5441241-800-258-461025651-789-733326www.gtt.com27

28The Contractor shall furnish and install the following:29

301. Pre-emption detectors shall be Opticom Model 711.31

322. Multimode Phase Selector shall be four-channel model 764 units. One is33

required at each controller.3435

In addition, where auxiliary Opticom pre-emption is used, the Contractor shall furnish36and install the following:37

383. A 757 auxiliary optical detector wiring harness where more than one detector39

is called for per channel.4041

4. A twelve position terminal block of the barrier type rated for 20A at 600 volts42RMS minimum and meeting the requirements of Chapter 11 of the Type 17043Hardware Specification, FHWA IP-78-16 as currently amended.44

459-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets46

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 131

9-29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies1Section 9-29.13(10)B is supplemented with the following:2

3(******)4Controller Auxiliary Equipment5Traffic signal control equipment shall be provided with:6

71. Conflict Monitor8

For 2070 series controllers, the conflict monitor shall be an Eberle Design Inc.9Model 2010 ECL unit.10

2. Loop Detectors11Sixteen two-channel loop detectors are required at each cabinet. Detectors shall12be Reno A & E Type “C1103-SS”.13

149-29.13(10)D Cabinets for Type 170Eand 2070 Controllers15Section 9-29.13(10)D is supplemented with the following:16

17(NWR February 11, 2013)18Cabinet Construction19Construction shall be of 0.125-inch sheet aluminum (5052 alloy), with mill finish.20

21(NWR August 19, 2013)22Generator Transfer Switch23A Generator Transfer Switch capable of switching power from a utility power source to an24external generator power source shall be installed on the same side of the cabinet as the25Police Panel and parallel with the Police Panel.26

27(NWR October 16, 2010)28332D Controller Cabinet29The 322D Controller Cabinet shall be in full compliance with the Caltran Standard Plan for30the Type 332D four door controller cabinet, and the following:31

32The 332D Controller cabinet shall have the appearance of two Type 332 controller33cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be3467 inches hgh by 48 1/2 inches wide by 30 ¼ inches deep.35

36The right side of the cabinet, as viewed from the front, shall be considered the37Signal Control side. The left side of the cabinet, when viewed from the front, shall38be considered the ITS/COMM side.39

40One police access panel shall be installed on the right side of the cabinet, as41viewed from the front.42

43Four shatterproof fluorescent interior cabinet lights with self-starting ballast shall44be furnished.45

46All fixtures shall be ceiling mounted. The fixtures shall be installed (one each) over47the front and back of the racks on the Signal Control and ITS/COMM sides of the48cabinet. Door switches shall be installed so that either the front doors or back49doors of either side will automatically turn on the light fixture associated with each50door.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 132

1The Traffic Control side of the cabinet shall contain the Traffic Signal Controller2assembly and shall be furnished with equipment as described in the Contract3specifications. The Traffic Control side of the cabinet shall also meet all the4additional equipment requirements of the Type 332 Signal Controller cabinet as5indicated in the Contract Specifications.6

7The ITS/COMM side of the cabinet shall contain ITS and Communication8equipment and shall be furnished with the following:9

10A. One controller shelf unit, mounted 36 inches from the bottom of the cabinet11

opening to the front of the cabinet and attaching to the front rails of the EIA12rack, shall be provided. The shelf shall be fabricated from aluminum and13shall contain a rollout flip-top drawer for storage of wiring diagrams and14manuals.15

16B. One aluminum sheet metal panel, 1/8 inch by 15 inches by 54 inches, shall17

be installed to the rear of the cabinet on the right hand (when facing the18front) side railing.19

20C. Additional ITS and Communication equipment as described in the Contract21

Plans and the ITS section of these Special Provisions.2223

9-29.16 Vehicular Signal Heads, Displays and Housing24Section 9-29.16 is supplemented with the following:25

26(NWR February 11, 2013)27Back Plate28Back plates shall be constructed of louvered anodized aluminum.29

30Conventional Traffic Signal Heads31

32Optical Units33Section 9-29.16(2)A is supplemented with the following:34

35(NWR March 8, 2004)36LED Signal Displays37

38

All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from39one of the following manufacturers:40

Dialight Corporation1913 Atlantic AvenueManasquan, NJ 08736Telephone: (732) 223-9400Fax: (732) 223-8788

GELcore, LLC6810 Halle DriveValley View, OH 44125Telephone: (216) 606-6555Fax: (216) 606-6556

Precision Solar Controls, Inc.2960 Market StreetGarland, TX 75041Telephone: (972) 278-0553

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 133

Fax: (972) 271-9583

Each LED signal module shall be designed to be installed in the door frame of a standard1traffic signal housing. The lamp socket, reflector holder and lens used with an2incandescent lamp shall not be used in a signal section in which a LED signal module is3installed. The installation of an LED signal module shall not require any modification to the4housing. The LED signal module shall be a single, self-contained device, not requiring5onsite assembly for installation into an existing traffic signal housing.6

All red and yellow LED signal modules shall be manufactured with a matrix of AllnGaP7LED light sources and green LED signal modules shall be manufactures with a matrix of8InGaN LED light sources. The LED traffic signal module shall be operationally compatible9with controllers and conflict monitors on this project. The LED lamp unit shall contain a10disconnect that will show an open switch to the conflict monitor when less than 60 percent11of the LEDs in the unit are operational.12

Each LED module shall conform to the current standards in Institute of Transportation13Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall14be submitted by the manufacturer for each type of signal head. The certificate shall state15that the lot of signal heads meets the current ITE specification. A label shall be placed on16each LED signal module certifying conformance to this specification. The manufacturer’s17name, trademark, serial number and other necessary identification shall be permanently18marked on the backside of the LED signal module. LED signal modules used on this19project shall be from the same manufacturer. A label shall be provided on the LED housing20and the Contractor shall mark the label with a permanent marker to note the installation21date.22

The manufacturer shall provide a written warranty against defects in materials and23workmanship for the LED signal modules for a period of 60 months after the installation of24the modules. All warranty documentation shall be given to the Engineer prior to installation.25

269-29.16(4) Traffic Signal Cover27Section 9-29.16(4) is supplemented with the following:28

(******)29Covering Material30Traffic signal covers shall be manufactured from a durable fabric material with a mesh31front. Plastic bags, plastic sheeting, burlap, or similar makeshift covers are not allowed.32The cover shall have an attachment method that will hold the cover securely to the signal33display in heavy wind, such as straps, buckles, or elastic drawstrings – no adhesives may34be used. The cover shall include a drain to prevent water accumulation.35

36One cover shall cover an entire signal display – separate covers for each lens are not37allowed. For vehicle displays, if the cover is not designed to go over the backplate, the38backplate must be removed until the display is placed into service.39

40At any intersection where there is a combination of operational and covered signal heads,41signal head covers shall be yellow or orange in color. At an intersection where there are42no existing operational signal displays, the covers shall be black in color. The text “Not in43Service”, “Out of Service”, or similar may be included on the cover, but it is not required.44

459-29.18 Vehicle Detector46

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 134

Section 9-29.18 is supplemented with the following:12

(NWR August 10, 2009)3Loop Amplifier4Loop detector amplifiers shall be as follows:5

6Model: C-1103-SS

Manufacturer: Reno A&E4655 Aircentet CircleReno, NV 89502Ph: (775) 826-2020www.renoe.com

7(NWR February 11, 2013)8Loop Sealant9Loop sealant for use in HMA pavement shall be one of the following:10

111. RAI Pro-Seal 6006EX122. QCM EAS-14133. 3M Black 5000144. Craftco Inc. Part #3427115

16Loop sealant for use on concrete bridge decks and PCC pavement shall be one of the17following:18

191. 3M Black 5000202. Gold Label Flex 1P213. QCM EAS-1422

23(NWR August 10, 2009)24Video detection25All components needed to provide a complete video detection system shall be supplied26and installed per manufacturer’s recommendation.27

28The video detection equipment shall include, but not be limited to, Cameras, Camera29Housings, Camera Lens, Camera Mounting Hardware, Video Image Processors, Input File30Adapters, lens Adjustment Modules, Keypad and Monitor.31

32The video detection system shall be capable of supplying video detection to the signal33controller phases as indicated in the Plans.34

35The video detection system shall be one of the following:36

371. Iteris Vantage Edge38

Iteris391515 S. Manchester Avenue40 Anaheim, CA. 92802-290741

422. Traficon VIP343

Traficon NV44

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 135

Bissegemsestraat 451B-8501 Heule2Belgium, Europe3

49-29.19 Pedestrian Push Buttons5Section 9-29.19 is supplemented with the following:6

7(NWR November 4, 2013)8APS Pushbutton Station9Pedestrian pushbutton station equipment shall be from one of the following manufacturers:10

11Polara Navigator EN4 (4-wire system)12Polara Manufacturing139153 Stellar Court14Corona, CA 9288315888-340-487216http://www.polara.com/navigator.html17Distributed by:18Advanced Traffic Products19909 SE Everett Mall Wy20Suite B28021Everett, WA 9820822425-347-620823

24Novax SoundSafe APS25Novax Industries Corporation26202-1525 Cliveden Ave27Delta, BC V3M 6L228604-525-564429http://www.novax.com/#!products/vstc1=soundsafe30Distributed by:31Northwest Signal Supply3212965 SW Herman Rd33Tualatin, OR 9706234503-635-435135

36Campbell Company Advisor Guide APS37Campbell Company38450 W McGregor Dr39Boise, ID 8370540208-345-745941http://www.pedsafety.com/advisor-guide-aps/42

43No WA distributor listed.44

45The pushbutton stations and adapters shall be forest green in color. The sign shall be 946inches by 12 inches, option B (MUTCD R10-3b), when used in conjunction with a non-47countdown type pedestrian signal display or 9 inches by 15 inches, option G (MUTCD48R10-3e), when used in conjunction with a countdown type pedestrian signal display. The49sign shall include a frame adapter plate.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 136

A pole adaptor, from the pushbutton station manufacturer, shall be utilized when a pole1adaptor is required.2

3Each pedestrian signal pushbutton station shall include one pedestrian signal head control4unit, mountable in the associated pedestrian signal display enclosure.5

6All manufacturer recommended setup equipment, required to program, adjust and make7operational the pedestrian pushbutton stations, shall be furnished with each complete8pushbutton system.9

10All pedestrian pushbutton station equipment shall be the same make or model from one11manufacturer.12

13(August 3, 2015)14Uninterruptible Power Supply (UPS)15The UPS system shall provide traffic signal system battery backup power in the event of16loss or failure of normal utility power. The UPS system shall be constructed for full on line17configuration (line interactive type), providing automatic voltage regulation and power18conditioning when under normal utility power. The transfer from utility power to battery19power and vice versa shall not interfere with the normal operation of the connected traffic20signal controller including conflict monitor and any other peripheral devices within the21traffic controller assembly.22

23The UPS system shall include the following equipment:24

25UPS System Equipment26UPS system cabinet assemblies shall include all necessary equipment and auxiliary27equipment for controlling the operation of traffic signals and similar systems as28required for the specific application. UPS system cabinets shall meet the29requirements of the NEMA TS1 and TS2 specification or the California Department30of Transportation “Transportation Electrical Equipment Specifications” (TEES)31dated March 12, 2009 and the following requirements:32

331. Cabinet shall be Model 334L, housing 1B, and mounting cage 1 per TEES.34

352. Construction shall be of 0.125-inch sheet aluminum (5052 alloy), with mill36

finish. The aluminum shall not be anodized and the exterior shall not be37painted.38

393. The cabinet door(s) shall each have a three point latch system. Locks shall40

be spring loaded construction locks capable of accepting a Best 6 pin core.41Green construction cores shall be installed for each cabinet core lock. One42core removal key and two standard keys shall be included with each43cabinet and delivered to the Engineer.44

454. Cabinet lighting shall be LED light strips with power supply. LED rope lights46

are not permitted. Color temperature shall be 4000°K plus or minus 400°K.47LED light strips shall be approximately 12-14 inches long, and have a48minimum output of 400 lumens. There shall be two light strips for each rack49assembly within the cabinet. Lighting shall be ceiling mounted and oriented50parallel to the door face – rack mounted lighting is not permitted. Lighting51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 137

shall be positioned near the inside faces of the cabinet so that the lighting1shines onto the faces of the associated rack mounted equipment, as well2as into the interior of the rack. Lighting shall not interfere with the proper3operation of any other ceiling mounted equipment and shall not block tool4access to lifting eye attachment nuts. All lighting fixtures above a rack shall5energize whenever either door to that respective rack is opened. Each6door switch shall be labeled “Light”.7

85. One controller unit shelf with drawer, which attaches to the front and back9

rails of the EIA rack, shall be provided in lieu of the two steel controller10supporting angles specified in TEES 6.3.4.11

126. The cabinet shall be provided with a breaker panel with two 15 amp, 12013

volt, single pole breakers, one each for the fan and the lights.1415

7. Each cabinet shall be provided with at least 20 empty neutral connections16to accommodate field wiring. The neutral bus bars shall be of the style in17which a lug is not needed to be applied to the neutral field wire(s). All of18the neutral bars shall be secured in accordance with the TEES. All neutral19bars shall be at the same electrical potential.20

218. The electric fan shall have ball or roller bearings and capacity of at least22

100 cubic feet per minute and shall be installed at the top of the cabinet.23The fan shall be thermostatically controlled by a manually adjusted24thermostat with a range of 32°F and 140°F.25

269. Three battery shelves shall be furnished. Each shelf shall be capable of27

supporting three AlphaCell (220 GOLD-HP) batteries without visibly28flexing. A minimum of two and one half inches of side clearance and six29inches of overhead clearance is required for each battery.30

3110. A minimum of 12 inches of clearance shall be maintained between the32

bottom rack and the bottom of the cabinet.3334

11. The cabinet shall include a Generator Transfer Switch and enclosure in35accordance with Section 9-29.13(8). The Transfer Switch enclosure shall36be installed at the same location normally occupied by the police panel37enclosure on the right side of the cabinet, as viewed from the front. The38lock shall have an aluminum rain shield cover, attached to the door with a39rivet.40

41UPS System Internal Components42The following equipment shall be furnished and mounted to the EIA rack.43

441. Alpha – Controller Power Module - FXM 2000 w/SNMP module; part45

number 017-232-31. FXM 2000 shall face the front of the cabinet and be46installed at the top of the EIA rack.47

482. Alpha FXM 2000 support – shelf kit 19” EIA rack UPS Inverter SS with49

hardware; part number 3610030085.5051

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 138

3. Alpha - Automatic Transfer Switch (UATS). Automatic Transfer Switch shall1face the back of the cabinet and be installed at the top of the EIA rack; part2number 020-168-25.3

44. Alpha - Rack mount brackets 2 each and attachment screws; part number5

740-697-21.67

5. Pull out drawer; part number 3610035000. Pull out drawer shall face the8front of the cabinet.9

10The following equipment shall be installed on the battery shelves:11

121. Alpha - part number 181-233-10, which is the AlphaCell 220 GOLD-HP13

GXL Battery (Four batteries shall be provided).1415

2. Alpha - part number 012-306-21 Alpha Guard Battery Management16System.17

183. Alpha - part number 740-628-27 Battery Cable kit 48V 10 ft. ¼-2019

termination.2021

4. Alpha - part number 189-236-10 Battery Heater Mats 14.25 inch 120V.22One battery heater mat for each battery.23

24The Alpha components of the UPS system shall be manufactured by the following:25

26Alpha Technologies, Inc.273767 Alpha Way28Bellingham, WA 9822629Phone: 360 647 236030Email: [email protected]://www.alpha.com32

33Maintenance and Operations Manuals34The Contractor shall supply three Maintenance and Operations Manuals for each35UPS system (each cabinet). Two Maintenance and Operations Manuals shall be in36a paper format and one Maintenance and Operations Manual shall be in an37electronic PDF format.38

39UPS System Laboratory Testing40Each UPS system shall be tested at the Washington State Department of41Transportation Materials Laboratory located in Tumwater, Washington, prior to42installation. The UPS system testing shall simulate the operations as installed in43the field. The tests shall check the operation of each individual component as well44as the overall operation of the system.45

46The State Materials Laboratory testing of the UPS system will consist of the47following four separate stages:48

491. Delivery and Assembly50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 139

2. Documentation12

3. Demonstration34

4. Performance Test56

Testing will follow in the listed order with no time gaps between stages unless7mutually agreed upon by the Contractor and State Materials Laboratory.8

9The Contractor shall designate a qualified representative for these tests. All10communications and actions regarding testing of all equipment submitted to the11State Materials Laboratory shall be made through this representative. These12communications and actions shall include, but not be limited to, all notifications of13failure or rejection, demonstration of the equipment, and the return of rejected14equipment.15

16Contractor Quality Control Testing17Prior to delivery of the UPS system to the State Materials Laboratory, all18components and equipment, including the batteries shall be fully installed in the19cabinet and the UPS system operations shall be successfully tested by the20Contractor’s representative.21

22After the UPS system has been successfully tested, the batteries shall be removed23from the cabinet and the cabinet and batteries shall be delivered, independently, to24the State Materials Laboratory.25

26Stage 1: Delivery and Assembly27The Contractor shall provide all Work necessary to assemble the UPS system and28make ready for demonstration at the State Materials Laboratory. Upon delivery, the29batteries shall be reinstalled in the cabinet and the UPS system shall be made fully30operational. All components for the complete UPS system, including the necessary31test equipment, shall be ready for testing within 14 calendar days of delivery to the32State Materials Laboratory.33

34Stage 2: Documentation35All documentation shall be furnished with the UPS system equipment prior to the36start of testing. The documents to be supplied shall consist of the following:37

381. Serial numbers when applicable.39

402. Wiring diagrams for all equipment furnished. One set per cabinet.41

423. Complete operations and maintenance manuals. Two sets per cabinet.43

444. A description of the functions and the capabilities of individual components45

and of the overall UPS system.4647

Stage 3: Demonstration48The Contractor shall provide the following:49

501. A presentation on how to operate the system.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 140

12. A complete and thorough demonstration to show that all components of2

the UPS system are in good condition and operating properly.34

The demonstration shall be performed by the Contractor’s representative in the5presence of State Materials personnel.6

7Stage 4: Performance Test8The performance test will be conducted by State Personnel to determine if the UPS9system performs correctly. The performance test shall include the testing of the10following specifications:11

121. Battery Discharge Rate13

142. Battery Recharge Rate15

163. Power Transfer Rate17

18Test results shall be within the manufacturers recommended values in order for the19tests to be considered successful.20

21Equipment Failure or Rejection22All component or system failures shall be documented. This documentation shall23provide the following information:24

251. A detailed description of the failure.26

272. The steps undertaken to correct the failure.28

293. A list of parts that were replaced, if any.30

31All failed or rejected equipment shall be removed from the Materials Laboratory32within three calendar days following notification; otherwise, the failed or rejected33equipment will be returned, freight collect, to the Contractor.34

35Following final approval by the State Materials Laboratory, all equipment shall be36removed from the State Materials Laboratory, by the Contractor and delivered to37sites as designated elsewhere in this Contract.38

39UPS System Field Testing40After installation, the Contractor shall field test the UPS system to ensure the system41operates in accordance with Plans, Specifications and manufacturer’s instructions.42The test shall ensure that that all components are operational within manufacturer’s43tolerances. The Contractor shall provide a testing procedure to the Engineer for44approval. The testing procedure shall provide for operational testing of the45following:46

471. UPS Power Module48

492. Surge Suppressor50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 141

3. Automatic Transfer Switch12

4. Generator Power Transfer Switch34

The field test shall demonstrate the loss of utility power and the switch over to5battery power without interference with the normal operation of the connected traffic6signal controller including conflict monitor and any other peripheral devices within7the traffic controller assembly.8

98-20.2(1) Equipment List and Drawings10Section 8-20.2(1) is supplemented with the following:11

12(NWR November 13, 1996)13Manufacturer’s data for materials proposed for use in the Contract which require approval14shall be submitted in one complete package.15

16(NWR April 19, 1995)17Pole base to light source distances (H1) for lighting standards with pre-approved Plans shall18be as noted in the Plans.19

208-20.3 Construction Requirements21Section 8-20.3 is supplemented with the following:22

23(NWR April 11, 2001)24Wire Removal25Remove all wires from salvaged light and signal standards.26

27(NWR September 20, 1995)28Controller Cabinet Removal29Controller cabinets shall not be removed until all associated electronic equipment is removed30by Contracting Agency signals personnel. All other equipment shall be removed by the31Contractor and delivered within 24 hours following removal to the Contracting Agency.32

33(NWR November 16, 1995)34Span Wire Removal35Span wire shall not be lowered or disconnected from strain poles until all associated signal36heads and signs have been removed from the span.37

38(NWR August 5, 1996)39Pole Shaft and Mast Arm Identification40All removed mast arms and pole shafts shall be identified by paper identification tags41recording pole number, intersection location (such as SR XXX, Jct XXX), and mast arm length.42

43Four inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast44arms. Information on the mast arm tag shall match the information on the corresponding pole45shaft tag. Each tag shall be entirely covered with clear acetate tape. The tape shall be46wrapped one full circle around the shaft or arm with a 1/2 inch minimum overlap at the ends47and sides.48

49The Contractor shall bundle the complete signal standard assembly together. The assembly50consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 142

the original mast arm base plate.12

(NWR April 11, 2001)3Contractor Owned Removals4All removals associated with an electrical system, which are not designated to remain the5property of the Contracting Agency, shall become the property of the Contractor and shall be6removed from the project.7

8The Contractor shall:9

10Remove all wires for discontinued circuits from the conduit system.11

12Remove elbow sections of abandoned conduit entering junction boxes.13

14Abandoned conduit encountered during excavation shall be removed to the nearest15outlets or as directed by the Engineer.16

17Remove foundations entirely, unless the Plans state otherwise.18

19Backfill voids created by removal of foundations and junction boxes. Backfilling and20compaction shall be performed in accordance with Section 2-09.3(1)E.21

22Communication Cables and Interfaces23

24(NWR ITS February 11, 2002)25Submittals26Within a minimum of 30 calendar days prior to anticipated construction, the Contractor shall27provide all documentation pertaining to the materials and method of execution proposed to28satisfy the requirements of this Section. The Engineer's approval is required prior to the29committing of any materials or the commencement of any work.30

31The Engineer will either approve or disapprove each submitted item within 30 calendar days of32submittal subject to the completeness of the Contractor's submittal. Actual elapsed time for the33Engineer's review is dependent upon the completeness and appropriateness of the34documentation being submitted. Any deficiencies in the Contractor's submittals shall require35additional time for approval. Any delays caused by such deficiencies shall not be grounds for36extension of project consideration dates. The Contractor shall anticipate review intervals and37schedule submittals accordingly to ensure project progress in accordance with Section 1-08.3.38

39The Engineer's approval of any submitted documentation shall in no way relieve the40Contractor from compliance with the safety and performance requirements as specified41herein.42

43Submittals required by this item shall include, but not be limited to, the following:44

451. A material staging plan, should the Contractor propose State owned property as a46

staging area.472. Manufacturer's complete specifications for all communication system cables and,48

associated electronics and hardware components.493. Manufacturer's complete specifications for twisted-pair cable splice enclosures.504. A detailed fiber optic and twisted-pair cable installation procedure including the51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 143

following:12

a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations.3b. Cable pulling plan which shall state the exact operational procedures to be4

utilized and which identifies the physical locations for equipment placement,5proposed equipment setup at each location, pulling tension on all cables for6each pull, staffing, and the pulling methodology for each type of cable.7

c. Exact splice points as provided for herein.8d. Workforce proposed for all equipment, safety, and manual assist operations9

105. Factory test data sheets for each reel of cable delivered.11

12(NWR ITS February 11, 2002)13Cable Installation - General14The Contractor shall determine a suitable cable installation method to ensure that all cable15installation requirements shall be met in all conduit sections. All work shall be carried out in16accordance and consistent with the highest standards of quality and craftsmanship in the17communication industry with regard to the electrical and mechanical integrity of the18connections; the finished appearance of the installation; as well as the accuracy and19completeness of the documentation.20

21The Contractor shall make a physical survey of the project site for the purpose of establishing22the exact cable routing and cutting lengths prior to the commencement of any fiber optic work23or committing any fiber optic materials. Splicing is only allowed for the programmed24connection of reels and as shown in the Plans to connect a lateral fiber optic cable to the25mainline distribution fiber optic cable. The Contractor shall submit a cable routing plan that26shows the locations of all splices. All splice locations other than those shown in the Plans must27be approved by the Engineer.28

29All work areas shall be clean and orderly at the completion of work and at times required by30the Engineer during the progress of work.31

32(NWR ITS April 12, 2004)33Video, Voice, & Data Distribution And Transmission Systems34The Contractor shall provide and install the following:35

36*** 1. Data Cables ***37

38Documentation39Documentation for each system element shall consist of the manufacturer's name and model40number, serial number when available, materials and operating specifications, wiring41schematic and parts list, owners manuals, factory service manuals, and procedures for factory42testing and system acceptance testing specified elsewhere herein. The Contractor shall43submit three copies of the documentation specified above prior to the installation of the cable44or components described in the submittal. In addition, the Contractor shall submit three copies45of an overall system wiring schematic and termination chart for the installed TMS elements46(operation and maintenance manuals). All documentation for each individual element shall be47neatly bound in such a way that the information is secured together and is totally legible48without removing the information from the binding. This documentation shall be in addition to49any other data, shop drawings, etc. required to be submitted as specified in these Special50Provisions.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 144

18-20.3(1) General2Section 8-20.3(1) is supplemented with the following:3

4(******)5Electrical Order of Work6Existing signal and illumination facilities shall not be removed until the new permanent facilities7are in place, tested, and fully functional.8

9Modifications to the existing systems, if deemed necessary by the Contractor to accommodate10the Contractor’s proposed means and methods of construction, shall be provided by the11Contractor with prior approval by the Engineer. The Contractor shall propose in writing to the12Engineer any and all requested modifications to the designs shown in the Plans.13

14(NWR May 15, 2000)15Energized Equipment16Work shall be coordinated so that electrical equipment, with the exception of the service17cabinet, is energized within 72 hours of installation.18

19(NWR June 20, 1995)20Pole Removal21Poles designated for removal shall not be removed prior to approval of the Engineer.22

23(NWR January 11, 2005)24Signal Display Installation25Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or26changeover.27

28(NWR ITS October 10, 2005)29Existing System Disruption and Restoration30The Contractor shall use every precaution to ensure that no contract work causes disruptions31to the existing systems, except those disruptions that are planned and approved in advance,32as defined herein.33

34Existing systems include, but are not limited to, the following:35

36A. All ITS field devices, such as ramp meter, data collection, and CCTV systems, within37

the project construction limits.3839

B. Fiber optic and TWP data and video communication systems on *** I-5 and 116th40Street NE ***.41

42Planned Disruptions43Contract work may require disruptions to existing systems, circuits, and equipment. The44Contractor shall schedule the work and predetermine the affected system(s), extent, start45time, and duration of planned disruptions. Planned disruptions shall be scheduled between46the hours of 8 P.M. and 4 A.M. If traffic control is required for this work, the Contractor shall47also adhere to the allowable closure hours listed in the Special Provisions. Failure of the48Contractor to restore disrupted systems and equipment prior to 4 A.M will constitute an49unplanned disruption, and the "Restoration Procedure" below will apply.50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 145

Requirements1Twenty-one calendar days prior to planned disruptions of any existing system, circuit, or2equipment, the Contractor shall submit to the Engineer for approval a written Disruption3Request. Each Disruption Request shall include the system(s) to be affected, the4disruption start date and time, and the estimated duration required. The Contractor shall5submit a separate, numbered Disruption Request for each planned disruption. Disruption6Request approval or rejection will be returned to the Contractor in writing by the Engineer7at least 7 calendar days prior to the proposed start of the disruption. The Engineer may8reject a requested time or duration and verbally recommend an alternate time or duration9agreeable to both the Contractor and the Contracting Agency.10

Restoration Procedure11Any unplanned disruptions determined by the Engineer to be caused by the actions of the12Contractor or the Contractor's representative(s) shall be corrected by the Contractor at no13additional cost to the Contracting Agency.14

Upon the occurrence of an unplanned disruption and subsequent notification by the15Engineer, the Contractor shall immediately stop all other ITS work in progress, in16accordance with Section 1-08.6, and shall expend all efforts to restore the disrupted17system(s) or correct the problem causing the disruption. The Contractor will not be granted18an extension of time for delays caused by the repair of disrupted systems. Unplanned19disruptions shall result in the assessment of liquidated damages in accordance with the20subsection Liquidated Damages of the Special Provision PROSECUTION AND21PROGRESS.22

(NWR ITS October 4, 2004)23ITS System Order of Work24The Contractor shall submit for review and approval a proposal for accomplishing the ITS25work to the Engineer along with a copy to:26

Freeway Systems Engineer2715700 Dayton Avenue North28P.O. Box 330310 MS-12029Seattle, WA 98133-971030(206) 440-446231

32The proposal shall be approved before any ITS fieldwork begins. The proposal shall include33a critical path for ITS construction which shows dates of disconnection, reconnection, and34installation of the following ITS components as applicable to this Contract:35

361. Traffic Data Accumulation And Ramp Metering System372. Closed Circuit Television System383. Highway Advisory Radio System394. Communication Conduit System405. Communication Cable and Interfaces416. Variable Message Sign427. Video, Voice & Data Distribution and Transmission System438. Environmental Sensor Station449. Permanent Traffic Recorder Station45

46The critical path shall also indicate all roadway lane shifts or closures that will be in effect47

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 146

during ITS construction.12

(******)3The function and reliability of the existing ITS system(s) shall be maintained at all times during4construction, except as specifically allowed during cutovers (disconnection and reconnection)5as approved by the Engineer. Cutovers are prohibited for the various ITS systems during the6following time periods:7

8System Cutovers Prohibited:91. Signal Interconnect Cables 5:00 AM – 9:00 AM & 3:00 PM – 7:00 PM10

11The existing fiber optic interconnect cables for the ramp signals (SIG-286 and SIG-288) shall12be maintained via the existing aerial crossing of I-5 and protected during construction until13such time as the new permanent traffic signal (SIG-SPUI) and Ethernet signal interconnect14system is accepted and operational. Variations to this and the configurations and sequencing15of implementation of other permanent ITS systems shown in the Plans, if deemed necessary16by the Contractor to accommodate the Contractor’s proposed means and methods of17construction, will be considered by the Engineer. The Contractor shall propose in writing to18the Engineer any and all requested modifications to the designs shown in the Plans. Approval19of such modifications is not guaranteed.20

21(NWR October 31, 2005)22Construction Core Installation23The Contractor shall coordinate installation of construction cores with Contracting Agency24maintenance staff through the Engineer. The Contractor shall provide written notice to the25Engineer, a minimum of 7 working days in advance of proposed installation. The Contractor26shall advise the Engineer in writing when construction cores are ready to be removed.27

28(NWR May 15, 2000)29Electrical Equipment Removals30Removals associated with the electrical system shall not be stockpiled within the job site31without the Engineer’s approval.32

33(******)34WSDOT Owned Equipment35A portion of the temporary or existing electrical equipment to be removed shall remain the36property of WSDOT.37

38The following shall be disconnected, dismantled, and delivered to WSDOT:39

40Controllers and controller cabinets41Video detection cameras42Luminaires43Vehicle and pedestrian signal heads44Pedestrian pushbutton assemblies45Emergency vehicle detectors46Steel signal poles47Steel lighting poles48Wood pole luminaire arms49

50Removed electrical equipment which remains the property of WSDOT shall be delivered to:51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 147

1WSDOT Signal Shop23700 9th Ave. So.3Seattle WA 981344Phone: (206) 442-21105

6Five days written advance notice shall be delivered to both the Engineer and the Electronic7Parts Specialist at the address listed above. Delivery shall occur during the hours of 8:00 a.m.8to 2:00 p.m. Monday through Friday. Material will not be accepted without the required9advance notice.10

11Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's12satisfaction at no cost to WSDOT or the Contracting Agency.13

14The Contractor shall be responsible for unloading the equipment where directed by the15Engineer at the delivery site.16

17(NWR April 11, 2001)18Wire Removal19Remove all wires from salvaged light and signal standards.20

21(******)22Controller Cabinet Removal23Controller cabinets shall not be removed until all associated electronic equipment is removed24by WSDOT signals personnel. All other equipment shall be removed by the Contractor and25delivered within 24 hours following removal to WSDOT.26

27(NWR November 16, 1995)28Span Wire Removal29Span wire shall not be lowered or disconnected from strain poles until all associated signal30heads and signs have been removed from the span.31

32(NWR August 5, 1996)33Pole Shaft and Mast Arm Identification34All removed mast arms and pole shafts shall be identified by paper identification tags35recording pole number, intersection location (such as SR XXX, Jct XXX), and mast arm length.36

37Four-inch by 6-inch (minimum) tags shall be taped to corresponding pole shafts and mast38arms. Information on the mast arm tag shall match the information on the corresponding pole39shaft tag. Each tag shall be entirely covered with clear acetate tape. The tape shall be wrapped40one full circle around the shaft or arm with a 1/2 inch minimum overlap at the ends and sides.41

42The Contractor shall bundle the complete signal standard assembly together. The assembly43consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to44the original mast arm base plate.45

46(******)47Contractor Owned Removals48All removals associated with an electrical system, which are not designated to remain the49property of the WSDOT, shall become the property of the Contractor and shall be removed50from the project.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 148

1The Contractor shall:2

31. Remove all wires for discontinued circuits from the conduit system.42. Remove elbow sections of abandoned conduit entering junction boxes.53. Abandoned conduit encountered during excavation shall be removed to the nearest6

outlets or as directed by the Engineer.74. Remove foundations entirely, unless the Plans state otherwise.85. Backfill voids created by removal of foundations and junction boxes. Backfilling and9

compaction shall be performed in accordance with Section 2-09.3(1)E.1011

(******)12Relocation and Removal of Existing Illumination and Signal Equipment13The Contractor shall relocate existing illumination and signal equipment if necessary for14staged construction. When the permanent facilities are activated or as directed by the15Engineer, the Contractor shall remove all existing signal poles, messenger wire, signal heads,16mountings, pushbuttons, light poles, luminaires, mounting hardware, messenger cables,17circuit wires and other equipment associated with the ramp intersection signals, illumination18and ramp and ramp illumination systems that are not indicated in the Plans to remain.19Equipment shall be salvaged as noted under “Delivery of Removed Items”. Voids created by20the removal shall be backfilled as specified for foundation removal.21

22(NWR May 15, 2000)23Surface Mounted Appurtenances24Electrical appurtenances to be surface mounted on structures shall be mounted so that a25minimum 1/4-inch space is maintained between the appurtenance and structure.26

278-20.3(5) Conduit28Section 8-20.3(5) is supplemented with the following:29

30(NWR August 10, 2009)31Conduit Seal, Detectable Tape and Location Wire32Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering33ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an approved34mechanical plug at both ends of the conduit run. Installation of mechanical plugs shall conform35to the manufacturer’s recommendations. Upon installation of wiring at other locations, conduit36shall be sealed with duct seal. Upon installation of the pull string, spare conduit shall be37plugged.38

39A pull string rated for 200 lbs. or greater shall be installed in all spare conduits.40Detectable underground warning tape shall be placed 12-inches above all innerduct installed41in trenches.42

43Location 14 AWG single stranded orange USE insulated wire shall be placed in conjunction44with all innerduct installed in trenches. The location wire shall be placed directly above the45conduit containing innerduct in single conduit installations or between the conduits containing46innerduct in multiple conduit installations.47

48Location wire routed into pull boxes or cable vaults shall be attached to the “C” channel or the49cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire shall be50provided above the channel as shown in the Plans.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 149

1Method of Conduit Installation2Section 8-20.3(5)E is supplemented with the following:3

4(******)5Conduit placed under paved portions existing ramps that are designated for permanent6removal by the project may be installed by open trenching per Section 8-20.3(5)E1.7

88-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes9Section 8-20.3(6) is supplemented with the following:10

11Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable12vaults and pull boxes shall not be placed within the traveled way or paved shoulders.13All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved14shoulders shall be heavy-duty.15Junction boxes, pull boxes and cable vaults shall not be installed within the clear working16space in front of the doors of any cabinet. The clear working space is defined as the17width of the cabinet doors and 36 inches deep.18

19Install a concrete collar around each new Type 1 and Type 2 junction box installed20in soil. Install a concrete collar around each existing Type 1 and Type 2 locking lid21junction box, installed in soil, and scheduled to be relocated or adjusted.22The concrete collar shall be one foot wide and one foot deep, rectangular in shape,23and installed around the entire perimeter of the junction box. The exposed24portions of the collar shall be formed to have a neat appearance. The top outer25edges of the collar shall have a 3/4 inch chamfer. The concrete mix design shall26be commercial concrete per standard specification 6-02.3(2)B.27

28Wiring shall not be pulled into any conduit until all associated junction boxes have been29adjusted to, or installed in, their final grade and location, unless installation is necessary30to maintain system operation. If wire is installed for this reason, sufficient slack shall be31left to allow for future adjustment.32

33Prior to installing new cables or reinstalling existing cables into new or existing cable34vaults, pull boxes or junction boxes, the cable vault, pull box or junction box shall be35cleaned of all dirt and debris.36

37When junction boxes, cable vaults and pull boxes are installed or adjusted prior to38construction of finished grade, pre-molded joint filler for expansion joints may be placed39around the junction boxes, cable vaults and pull boxes. The joint filler shall be removed40prior to adjustment to finished grade.41

42When junction boxes, cable vaults or pull boxes are adjusted to finished grade, the six-43inch gravel pad requirements shall be maintained. When existing junction boxes pull44boxes or cable vaults do not have this gravel pad, or the gravel pad does not meet these45specifications, a gravel pad, meeting these specifications, shall be installed as part of46the adjustment to finished grade.47

48Heavy-duty junction boxes, cable vaults and pull boxes shall be installed in accordance49with the following:50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 150

1. Excavation shall be sufficient to leave one foot in the clear between their outer1surface and the earth bank.2

32. The base layer of crushed surfacing top course shall be compacted in4

accordance with Section 2-09.3(1)E.56

3. After installation, the lid/cover shall be kept bolted down during periods when7work is not actively in progress at the junction box, cable vault or pull box.8

94. Before closing the lid/cover, the lid/cover and the frame/ring shall be thoroughly10

brushed and cleaned of all debris. There shall be absolutely no visible dirt, sand11or other foreign matter between the bearing surfaces.12

135. When the lid/cover is closed for the final time, a liberal coating of anti-seize14

compound shall be applied to the bolts and nuts and the lid shall be securely15tightened.16

176. Hinges shall be located on the side of the box, which is nearest to the adjacent18

shoulder. Hinges shall allow the lid to open 180 degrees.1920

8-20.3(8) Wiring21Section 8-20.3(8) is supplemented with the following:22

23(NWR April 14, 2003)24Wire Labels25At each junction box, all illumination wires, power supply wires, and communication cable26shall be labeled with a PVC marking sleeve. For illumination and power supply circuits the27sleeve shall bear the circuit number. For communication cable the sleeve shall be marked28“Comm.”29

30(NWR March 13, 1995)31Wire Splices32All splices shall be made in the presence of the Engineer.33

34(NWR May 1, 2006)35Illumination Circuit Splices36Temporary splices shall be the heat shrink type.37

38(March 13, 1995)39Field Wiring Chart40

501 AC+ Input 516-520 Railroad Pre-empt502 AC- Input 5A1-5D5 Emergency Pre-empt503-510 Control-Display 541-580 Coordination511-515 Sign Lights 581-599 SpareMovementNumber 1 2 3 4 5 6 7 8 9Vehicle HeadRed 611 621 631 641 651 661 671 681 691Yellow 612 622 632 642 652 662 672 682 692Green 613 623 633 643 653 663 673 683 693Spare 614 624 634 644 654 664 674 684 694Spare 615 625 635 645 655 665 675 685 695

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 151

AC- 616 626 636 646 656 666 676 686 696Red Auxiliary 617 627 637 647 657 667 677 687 697Yellow Auxiliary 618 628 638 648 658 668 678 688 698Green Auxiliary 619 629 639 649 659 669 679 689 699Pedestrian Heads & Dets.Hand 711 721 731 741 751 761 771 781 791Man 712 722 732 742 752 762 772 782 792AC- 713 723 733 743 753 763 773 783 793Detection 714 724 734 744 754 764 774 784 794Common-Detection

715 725 735 745 755 765 775 785 795

Spare 716 726 736 746 756 766 776 786 796Spare 717 727 737 747 757 767 777 787 797Spare 718 728 738 748 758 768 778 788 798Spare 719 729 739 749 759 769 779 789 799DetectionAC+ 811 821 831 841 851 861 871 881 891AC- 812 822 832 842 852 862 872 882 892Common-Detection

813 823 833 843 853 863 873 883 893

Detection A 814 824 834 844 854 864 874 884 894Detection B 815 825 835 845 855 865 875 885 895Loop 1 Out 816 826 836 846 856 866 876 886 896Loop 1 In 817 827 837 847 857 867 877 887 897Loop 2 Out 818 828 838 848 858 868 878 888 898Loop 2 In 819 829 839 849 859 869 879 889 899Supplemental DetectionLoop 3 Out 911 921 931 941 951 961 971 981 991Loop 3 In 912 922 932 942 952 962 972 982 992Loop 4 Out 913 923 933 943 953 963 973 983 993Loop 4 In 914 924 934 944 954 964 974 984 994Loop 5 Out 915 925 935 945 955 965 975 985 995Loop 5 In 916 926 936 946 956 966 976 986 996Loop 6 Out 917 927 937 947 957 967 977 987 997Loop 6 In 918 928 938 948 958 968 978 988 998Spare 919 929 939 949 959 969 979 989 999

18-20.3(9) Bonding, Grounding2Section 8-20.3(9) is supplemented with the following:3

4(NWR August 21, 2006)5Junction Box Grounding6Where shown in the Plans or where designated by the Engineer, the metal frame and lid of7existing junction boxes shall be grounded to the existing equipment grounding system. The8existing equipment grounding system shall be derived from the service serving the raceway9system of which the existing junction box is a part.10

11(******)12Where existing ITS conduits are utilized, an equipment-grounding conductor shall be installed13except for conduits with innerduct.14

15In addition to the conductors called for in the contract, all ITS conduits without innerduct shall16be installed with an equipment-grounding conductor and bonding jumpers sized per NEC 250-17122, with the exception that the minimum size shall be 8 AWG.18

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 152

1All new and existing junction boxes, cable vaults, and pull boxes that an equipment-grounding2conductor is pulled to shall be bonded in accordance with Section 8-20.3(9).3

4Location wires shall not be connected to the equipment-grounding system.5

6Supplemental grounding shall be provided at signal standards for ramp meters and steel sign7posts for advance warning signs. Foundations for these standards shall be installed with a8bare 4 AWG copper wire, which is connected to the reinforcing cage with an approved acorn9clamp or exothermic weld and routed to connect to the pole at the grounding lug.10

118-20.3(10) Services, Transformer, Intelligent Transportation System Cabinet12Section 8-20.3(10) is supplemented with the following:13

14(NWR March 4, 2009)15Cabinet Construction Core16A green construction core shall be installed for each cabinet core lock. Upon contract17completion, two master keys for each cabinet shall be delivered to the Engineer.18

198-20.3(11) Testing20Section 8-20.3(11) is supplemented with the following:21

22(NWR August 5, 1996)23Communication Cable Acceptance Testing24Communications cable acceptance testing shall be performed for each pair of conductors.25Acceptance testing shall commence only after all communication cable is installed, and all26splices have been completed, with the exception of the splices connecting the new cable to27existing cable. If any test fails, repairs shall be made by the Contractor and the entire test28series shall be repeated.29

30Three tests shall be performed on each cable installation. All tests shall be conducted in the31presence of the Engineer. The Contractor shall provide the necessary test equipment, perform32the tests, and document the results. When the tests are completed, whether successful or not,33the test result documentation shall be provided to the Engineer. All tests shall be conducted34on all pairs in the communication cable to each cable drop point. Seven calendar days’ notice35shall be given by the Contractor prior to performing any of the tests.36

37For each arterial all testing shall be conducted from the same cable drop point.38

39Continuity Test40The continuity test shall be made on each conductor as well as the cable shield. Each41conductor and/or shield shall show a resistance of not more than 20 ohms per 1,000 feet of42conductor. The resistance of each conductor shall be recorded.43

44Insulation Test45The insulation test shall be measured on each insulated conductor with all other conductors46in the cable (including cable shield) grounded. The measurement shall be made with a DC47potential of not less than 60 percent and not more than 90 percent of the insulation rating for481 minute. Insulation resistance shall exceed 5,000 megohm-miles. The insulation resistance49of each conductor shall be recorded.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 153

Frequency Response and Noise Test1The frequency response and noise tests shall be performed on each pair of conductors. All2tests shall be made using transmission test instruments designed especially for use on data3circuits. Two such instruments are required; one for use at the designated testing location and4the other for use at each cable drop location.5

6The test sets shall be subject to approval by the Engineer prior to the start of the tests.7

8The first test shall measure frequency response from the test location to each cable drop. A9tone of 0 dBm shall be applied to the transmitting end and the signal level shall be measured10at the receiving end. The cable pair being tested shall be isolated from ground and terminated11in 600 ohms at both test locations. A 10,000 ohm resistor shall terminate the same pair at all12other cable drop locations. The test shall be performed at frequencies of 300, 500, 700, 1,004,131,500, 2,300, and 3,000 Hz. The received tone shall be:14

15Greater than minus 16 dBm at 1,004 Hz.16

172 dB gain to 8 dB loss with respect to the level at 1,004 Hz over the frequency range of 50018to 2,500 Hz.19

202 dB gain to 12 dB loss with respect to the level at 1,004 Hz over the frequency ranges of 30021to 500 Hz and 2,500 to 3,000 Hz.22

23The second test shall measure circuit or background noise. The cable pair being tested shall24be terminated the same as in the previous test. A C-message filter in the test set shall restrict25the spectrum to the range normally used for voice-grade data circuits. The noise level shall26be at least 13 dB below the lowest signal level measured in the first test.27

28All test data shall be recorded in an approved format. Cables which fail the tests shall be29repaired or replaced as directed by the Engineer.30

31(******)32Traffic Signal Turn-on33Prior to a Traffic Signal Turn-on event, the Contractor shall conduct a Pre Turn-on coordination34meeting with the following WSDOT and Contracting Agency personnel included as invited35attendees:36

37Project Engineer38Project Chief Inspector39Electrical Inspector40Signal Operations Engineer41Signal Maintenance Technician42

43The Contractor shall provide the Engineer a minimum of 5 days written notice of the proposed44Pre Turn-on coordination meeting date and time.45

46Prior to the Pre Turn-on coordination meeting, the Contractor shall complete the items of work47detailed in the Traffic Signal Turn-on Checklist and submit the completed checklist to the48Engineer. The Traffic Signal Turn-on Checklist form will be furnished to the Contractor by the49Engineer.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 154

Prior to scheduling a turn-on date, the Contractor shall provide verification to the Engineer1that tests 1, 2, and 3 as specified in this section have been completed.2

38-20.3(14) Signal Systems4Section 8-20.3(14) is supplemented with the following:5

6(NWR August 10, 2009)7Temporary Video Detection System8Temporary video detection systems shall be completely installed and made operational prior9to any associated induction loop being disabled. (NWR August 10, 2009)10

11Video Detection Equipment Training12The Contractor shall provide a minimum of 8 hours of video detection equipment training for13Contracting Agency personnel. The Contractor shall provide for the video equipment14manufacturer or their duly authorized representative to conduct the training. The Contractor15shall notify the Project Engineer 7 days in advance of the training session. All pertinent16documentation including, but not limited to maintenance and operation manuals and wiring17diagrams shall be made available for use in this training session.18

19Signal Controllers20Section 8-20.3(14)A is supplemented with the following:21

22(August 2, 2010)23Testing24All signal control equipment shall be tested at the Washington State Department of25Transportation Materials Laboratory located in Tumwater, Washington, prior to final26delivery. The tests shall check the operation of each individual component as well as the27overall operation of the system.28

29The Contractor shall designate a qualified representative for these tests. Notification of30this representative shall be submitted for approval, in writing, to the State Materials31Laboratory, 14 calendar days prior to any equipment deliveries. The Engineer shall also32receive a copy of this notification, which includes the representative's name, address, and33telephone number. All communications and actions regarding testing of all equipment34submitted to the State Materials Laboratory shall be made through this representative.35These communications and actions shall include, but not be limited to, the following:36

37All notifications of failure or rejection, demonstration of the equipment, and the return of38rejected equipment.39

40The State Materials Laboratory testing process will consist of the following four separate41stages:42

43a. Delivery and Assembly44b. Demonstration and Documentation45c. Performance Test46d. Operational Test47

48Testing will follow in the correct order with no time gaps between stages unless mutually49agreed upon by the Contractor and State Materials Laboratory.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 155

Stage 1 Delivery Assembly1All components for the complete traffic control systems, including the necessary test2equipment, shall be assembled and ready for demonstration within 10 working days of3delivery to the Materials Laboratory. The systems shall simulate the operations as installed4in the field.5

6Equipment and prerequisites necessary to complete this stage shall include:7

8a. Detection Simulator: The detection simulator shall provide at least one detector9

per phase and variable traffic volumes. One simulator shall be required for every10two controllers tested.11

12b. Communications Network: Locations, specified for coordinating communications13

equipment and cable, shall be completely wired to provide an operational14communications system between all local and master controllers.15

16The Contractor shall provide labor, equipment, and materials necessary to assemble all17control equipment complete and ready for demonstration. Materials and equipment used18for this stage that are not required for field installation shall remain the property of the19Contractor. Failure to complete this stage within 10 working days will result in rejection of20the entire system.21

Stage 2 Demonstration and Documentation22This stage shall be completed within 7 working days following the completion of Stage 1.23Failure to do so shall result in rejection of the entire shipment.24

25All documentation shall be furnished with the control equipment prior to the start of testing.26If corrections to any document are deemed necessary by the State, the Contractor shall27submit this updated version prior to the final approval by the State Materials Laboratory.28The documents to be supplied shall consist of or provide the following:29

a. A Complete accounting of all the control and test equipment required.30b. A complete set of documents which shall include:31

1. Serial numbers when applicable.322. Written certification that equipment of the same make and model has been33

tested according to NEMA Environmental Standards and Test Procedures, and34has met or exceeded these standards. The certificate shall include equipment35model number and where, when, and by whom the tests were conducted. This36certificate shall accompany each shipment of controllers.37

3. Reproducible Mylar wiring diagrams and two blue-tone prints for each controller38and cabinet supplied. The sheet size shall be 24 inches by 36 inches.39

4. Wiring diagrams for all auxiliary equipment furnished. One set per cabinet.405. Complete operations and maintenance manuals including complete and41

correct software listing and flow charts. One set of operations and maintenance42manuals per cabinet; at least four but no more than ten. Five sets of software43listings and flow charts.44

6. Complete operations and maintenance manuals for all auxiliary equipment.45One set per cabinet.46

c. A description of the functions and the capabilities of individual components and of47

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 156

the overall control system.1d. A presentation on how to operate the system.2e. A complete and thorough demonstration to show that all components of the control3

system are in good condition and operating properly, and proof that the controller4and cabinet are functioning correctly.5

f. Detailed instructions for installing and operating the controller(s), including6explanations on the use of all features of the controller(s).7

g. The operational and maintenance manuals for each traffic signal controller8supplied including as a minimum, but not to be limited to the following:9

1. Detailed instructions for maintaining all hardware components, controller, and10auxiliary equipment.11

2. A complete parts list detailing all manufacturer's identification codes.123. Detailed wiring diagrams and schematics indicating voltage levels and pictorial13

description, part name, and location for all hardware components, controller,14and auxiliary equipment.15

16The demonstration shall include the following:17

18a. Phasing per Plans and all phase timing.19b. Detection including any special detector functions.20c. Conflict Monitor and Load Switches.21d. Special Coordination including communication equipment.22

23This demonstration shall be performed by the Contractor in the presence of State24Materials personnel. The Contractor shall supply any item not accounted for within 525working days of the accounting. Controllers and cabinets that remain incomplete 5 working26days after notification shall be rejected and returned freight collect to the Contractor.27

28Stage 3 Unit Performance Test29A minimum of 10 working days shall be allowed for one or two cabinet assemblies and 530working days for each additional assembly.31

32The unit performance test will be conducted by State Personnel to determine if each and33every controller cabinet assembly complies with NEMA Environmental Standards as34stated in NEMA publication No. TS 1-1976, Part 2.35

36Any unit submitted, whose failure has been corrected, shall be retested from the beginning37of this stage.38

39Stage 4 Operational Test40All control and auxiliary equipment shall operate without failure for a minimum of 1041consecutive days. If an isolated controller is specified, it shall operate as an isolated42controller. If a coordinated system is specified, it shall operate as a total coordinated43system with the master and all local controllers operating in all coordinated modes.44

45If any failure occurs during this stage, all equipment for this stage shall be restarted46following completion of repairs.47

48Equipment Failure Or Rejection49Equipment failures shall be defined as set forth in NEMA Publication No. TS 1-1976.50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 157

Failure of load switches, detector amplifiers, and conflict monitors shall not result in1rejection of the controller or cabinet. However, the Contractor shall stock, as replacements,2approximately 30 percent more than the total for these three items. All excess material3shall remain the property of the Contractor following completion of all tests.4

5If a failure occurs during Stages 3 or 4, repairs shall be made and completed within 106working days following notification of the malfunction. The Contractor shall have the option7of making on-site repairs or repair them at a site selected by the Contractor. Failure to8complete repairs within the allotted time shall result in rejection of the controller or cabinet9assembly under test.10

11A total of two failures will be allowed from the start of Stage 3 to the end of Stage 4. If12three failures occur during this time period, the equipment will be rejected. New equipment13of different serial numbers submitted as replacement shall be received by the Materials14Laboratory for testing under Stage 3 within 10 working days following notification of15rejection. Failure to meet this requirement within the allotted time will result in rejection of16the entire system. Software errors will be considered as failures and, if not corrected within1710 working days, the entire system will be subject to rejection. Following rejection of any18equipment, the Contractor shall be responsible for all costs incurred. This shall include but19not be limited to all shipping costs.20

21When the traffic control program is supplied by the State, the Contractor shall prove that22any failures are, in fact, caused by that program and not the hardware.23All component or system failures, except load switches and detector amplifiers, shall be24documented. This documentation shall be submitted prior to commencing the test or stage25in which the failure was found and shall provide the following information:26

27a. A detailed description of the failure.28b. The steps undertaken to correct the failure.29c. A list of parts that were replaced, if any.30

31Upon completion of the tests, the equipment will be visually inspected. If material changes32are observed which adversely affect the life of the equipment, the cause and conditions33shall be noted. The Contractor will immediately be given notice to correct these conditions.34If not repaired within 10 working days of notification, the equipment will be subject to35rejection. A final accounting shall be made of all equipment prior to approval.36

37All failed or rejected equipment shall be removed from the Materials Laboratory within 338working days following notification; otherwise, the failed or rejected equipment will be39returned, freight collect, to the Contractor.40

41Following final approval by the State Materials Laboratory, all equipment shall be removed42from the State Materials Laboratory and delivered to sites as designated elsewhere in this43contract.44

45Guarantees46Guarantees and warranties shall be in accordance with Section 1-05.10.47

48(******)49Delivery to State Materials Laboratory50The Contractor shall be responsible for delivery of equipment to the State Material51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 158

Laboratory.12

Delivery to Site3The Contractor shall be responsible for removal of tested equipment from the State4Materials Laboratory and delivery of approved equipment to the project site.5

68-20.3(14)B Signal Heads7The first paragraph of Section 8-20.3(14)B the first paragraph is revised to read:8

9(NWR February 11, 2013)10Signal Heads Installation with Back Plates11Signal heads shall be installed with back plates.12

13Where the yellow reflective tape is applied, the application surface of the back plate shall14be cleaned, degreased with isopropyl alcohol and dried prior to application of the sheeting.15

168-20.3(14)C Induction Loop Vehicle Detectors17Section 8-20.3(14)C is supplemented with the following:18

19(NWR February 22, 2005)20Induction Loop Installation21Items 2 and 11 and the last two sentences of Item 4 are deleted.22

23(NWR August 16, 2010)24Round Loops25Round loops shall be constructed in accordance with the following requirements:26

271. Loop conductor and lead in cable shall conform to these Special Provisions.28

292. Round sawcuts shall be 6 feet in diameter and shall be constructed using equipment30

designed for cutting round loops. The equipment shall use a concave, diamond-31segmented blade. The sawcuts shall be normal to the pavement surface and shall32be a minimum of 0.25 inch wide. The sawcut depth shall be a minimum of 2 5/833inches and a maximum of 3 inches measured at any point along the perimeter,34except on bridge decks. Other methods of constructing the round sawcut, such as35anchoring a router or flat blade saw, will not be allowed.36

373. The bottom of the sawcut shall be smooth. No edges created by differences in38

sawcut depths will be allowed.3940

4. All sawcut corners shall be rounded to a minimum 1.5-inch radius.4142

5. All sawcuts shall be cleaned with a 1000 psi high pressure washer as certified by43the manufacturer's label on the machine or as measured by an in line pressure44gauge. Wash water and slurry shall be vacuumed out and the sawcut shall be blown45dry with compressed air. Disposal of the wash water and slurry shall comply with46the requirements of Section 1-07.5(3) and the Special Provision LEGAL47RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.48

496. Loops shall be installed after grinding and prior to the final lift of roadway surfacing50

material.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 159

17. The conductor shall be installed one turn on top of the previous turn. All turns shall2

be installed in a clockwise direction. The conductors shall be secured to prevent3floating with 2-inch lengths of high temperature foam backer rod sized for a snug fit.4The backer rod shall be spaced at 2-foot intervals around the perimeter of the sawcut5and at corners.6

78. Installation of the sealant shall completely encapsulate the loop conductors. A8

minimum of 1 inch of sealant shall be provided between the top of the conductors9and the top of the sawcut. The top of the sealant shall be flush to 1/8 inch below the10top of the sawcut.11

129. Use of kerosene solvent is prohibited.13

14(NWR October 5, 2009)15Existing Traffic Loops16The Contractor shall notify the Area Traffic Engineer through the Engineer a minimum of175 working days in advance of pavement removal or grinding in areas with existing loops.18

19If the Engineer suspects that damage to any loop, not identified in the Plans as being20replaced, may have resulted from Contractor’s operations or is not operating adequately,21the Engineer may order the Contractor to perform the field tests specified in Section 82220.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that23fail any of these tests shall be replaced.24

25Loops that fail the tests, as described above, and are replaced shall be installed in26accordance with current WSDOT design standards and Standard Plans, as determined27by the Engineer.28

29If traffic signal loops that fail the tests, as described above, are not replaced and30operational within 48 hours, the Contractor shall install and maintain interim video31detection until the replacement loops are operational. The type of interim video detection32furnished shall be approved by the Engineer prior to installation.33

348-20.3(14)D Test for Induction Loops and Lead-in Cable35Section 8-20.3(14)D is supplemented with the following:36

37(NWR October 5, 2009)38Induction Loop Tests39Tests A and D are revised as follows:40

41Test A – The DC resistance between the 2 lead-in cable wires, including the loop, shall42be measured by a volt ohmmeter. The resistance shall not exceed 5-ohms or lower43the Q of the circuit below 5 where Q is equal to the “Inductive Impedance @ 50 kHz”44divided by “Resistance”.45

46Test D – An inductance test shall be made to determine the inductance level of each47inductance loop. The Contractor shall record the inductance level of each inductance48loop installed on the project and shall furnish the findings to the Engineer. An induction49level, as measured from the controller cabinet, below 50-microhenries is considered a50failure.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 160

1(NWR October 5, 2009)2Existing Lead-in Cable Test3When new induction loops are scheduled to be installed and spliced to an existing two-4conductor shielded detector lead-in cable, the Contractor shall perform the following:5

61. Disconnect the existing detector lead-in cable in the controller cabinet and at the7

loop splice.82. Megger test both detector lead-in cable conductors. A resistance reading of less9

than 100-megohms is considered a failure.103. Detector lead-in cables that fail the test shall be replaced and then retested.114. After final testing of the detector lead-in cable, the loop installation shall be12

completed and the loop system tested according to Tests A, C and D.135. Connect the detector lead-in cables in the controller cabinet.14

15(NWR February 11, 2013)16Loop Sealant17Loop sealants shall be installed per manufacturer’s recommendations.18

193M Black 5000 sealant shall be installed so that the sealant is protected from wheel20tracking prior to the sealant being fully cured. When 3M Black 5000 loop sealant is installed21below the final lift of an HMA installation, a minimum of 5 consecutive days of cure time is22required before the final lift is installed.23

248-20.5 Payment25Section 8-20.5 is supplemented with the following:26

27(NWR August 10, 2009)28All costs for installing conduit and junction boxes containing both signal wiring and signal29interconnect shall be included in the lump sum contract prices for the associated traffic signal30system bid item.31

32(NWR August 10, 2009)33All costs associated with the removal of a temporary traffic signal system, temporary34illumination system, temporary traffic and illumination system or a temporary video detection35system shall be included in the lump sum contract price for the associated bid item.36

37(NWR August 10, 2009)38All costs for conduit, junction boxes, and associated hardware and fittings installed on or within39a structural item (wall, bridge, or barrier) shall be included in the respective lump sum bid item40for work on the associated electrical or conduit system.41

42(******)43All costs associated with installing conduits by directional boring, jacking or drilling methods44shall be included in the lump sum bid item for the associated system requiring the conduit45crossing. The cost of boring, jacking or drilling tunnels used for the combined installation of46conduits for a signal system and an ITS or illumination system shall be included in the signal47system bid item.48

49(NWR March 13, 1995)50The construction signs used during signal turn-on will be paid as part of "Construction Signs51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 161

Class A".12

8-21 Permanent Signing34

8-21.2 Materials56

9-28.11 Hardware7Section 9-28.11 is supplemented with the following:8

9(August 3, 2015)10Locknuts shown in the Plans specifying a locknut or locknut with nylon insert shall11conform to one of the following:12

131. ANCO Pin Locknut, with stainless steel locking pin, as manufactured by Lok-14

Mor, Inc.1516

2. Tri-lock Locknut, as manufactured by Lok-Mor, Inc.1718

3. Grade DH or 2H hex or heavy hex nuts conforming to one of the ASTM material19specifications in the Locknut category of the Hardware table of this Section may20be modified by installing a nylon insert washer. A minimum of 60-percent of21the original number of threads shall meet the requirements of the applicable22ASTM material specification after insertion of the nylon insert washer.23

244. Hex or heavy hex nuts conforming to one of the ASTM material specifications25

in the Locknut category of the Hardware table of this Section may be modified26by adding one of the following products to a minimum of one-half of the internal27threads of the nut and the entire exterior top surface of the nut:28

29a. Nylok Blue Torq-Patch Locknut.30

31b. Nylok Precote 30.32

33c. ND Patch 360 Ring Patch.34

35 The nuts with any of the three listed products are permitted for a single use36

only and shall have a maximum of two nut widths of thread extending beyond37the nut after installation.38

39The alternatives to locknuts specified in Standard Plans G-90.20, G-90.30, and J-75.4140are deleted and replaced with the four options specified above.41

429-28.14 Sign Support Structures43Section 9-28.14 is supplemented with the following:44

45(April 6, 2015)46Sign Structure Foundation Shaft Casing And Slurry47All temporary casing shall be a smooth wall non corrugated structure of steel base metal.48All temporary casing shall be of ample strength to resist damage and deformation from49transportation and handling, installation and extraction stresses, and all pressures and50forces acting on the casing. The temporary casing shall be capable of being removed51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 162

without deforming and causing damage to the completed shaft, and without disturbing1the surrounding soil.2

3The temporary casing shall be clean prior to placement in the excavation. The temporary4casing may be telescoped, but the outside diameter of the temporary casing shall not be5less than the specified diameter of the shaft.6

7Slurry for shaft foundations shall be either synthetic slurry or water slurry, conforming to8the following requirements:9

10Synthetic Slurries11Synthetic slurries shall be used in conformance with the manufacturer's12recommendations, and the quality control plan specified in Section 8-21.3(9)F as13supplemented in these Special Provisions. The sand content of synthetic slurry14prior to final cleaning and immediately prior to placing concrete shall be less than151.0 percent, in accordance with API 13B-1, Section 5.16

Water Slurry17Water without site soils may be used as slurry when casing is used for the entire18length of the drilled hole. Use of water slurry without full length casing may only be19used with the approval of the Engineer. Water slurry shall conform to the following20requirements:21

22Property Test Requirement

Density (pcf) Mud Weight (Density)API 13B-1, Section 1

65 max.

Sand Content(percent)

Sand API 13B-1,Section 5

1.0 max.

Slurry temperature shall be at least 40F when tested.23

9-28.14(2) Steel Structures and Posts24Section 9-28.14(2) is supplemented with the following:25

(August 3, 2017)26Monotube Sign Structures27Structural steel, except for cover plates, anchor rod templates and as otherwise28shown in the Plans, shall conform to either ASTM A 572 Grade 50, or ASTM A 588.29Cover plates shall conform to ASTM A 36.30

Handhole cover screws shall conform to ASTM F 593, Grade 1.31

Sign bracket bolts, nuts, and washers shall conform to Section 9-06.5(1).32

Monotube splice bolts, mounting beam rods, and associated nuts and washers,33shall conform to ASTM F 3125 Grade A325, and shall be galvanized after fabrication34in accordance with AASHTO M 232. Tension control bolts conforming to ASTM F351852 may be used as monotube splice bolts, and if used shall be galvanized after36fabrication in accordance with ASTM B 695 Class 55 Type I.37

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 163

Anchor rods shall conform to ASTM F 1554 Grade 105, including supplemental1requirements S2, S3, and S5. Nuts shall conform to ASTM A 563 Grade DH.2Washers shall conform to ASTM F 436. Anchor rods shall be galvanized a minimum3of 1’-0” at the exposed end in accordance with ASTM F 2329. Nuts and washers4shall be galvanized in accordance with AASHTO M 232.5

68-21.3 Construction Requirements7Section 8-21.3 is supplemented with the following:8

9(******)10The existing concrete encasement of the Sign Bridge No. 2 anchorage base plates shall be11removed to the limits shown in the Plans and disposed of in accordance with Sections 2-02.312and 2-03.3(7)C. After erection of Sign Bridge No. 2, the Contractor shall not place the deck13island concrete encapsulating the sign bridge base until receiving notice of the Engineer’s14acceptance of the sign bridge base.15

168-21.3(9) Sign Structures17

188-21.3(9)A Fabrication of Steel Structures19Section 8-21.3(9)A is supplemented with the following:20

21(January 5, 2015)22Monotube Sign Structures23

24Bolted Connections25All bolted connections shall be made using the direct tension indicator method26in accordance with Section 6-03.3(33).27

28Surfaces of Bolted Connections and Base Plates29All bolted connection faying surfaces shall be flat after fabrication as required30to provide a solid fit upon assembly in accordance with Section 6-03.3(33). The31flatness of the faying surfaces shall be flat to within a tolerance of 1/32 inch in3212 inches and a tolerance of 1/16 inch overall. Base plates with leveling nuts33shall be flat to within a tolerance of 1/8 inch in 12 inches and a tolerance of 3/1634inch overall.35

36In order to achieve the flatness requirements, the Contractor may need to mill37or machine the plates. The Contractor shall adjust plate thicknesses as38required to provide the plate thickness specified in the Plans after milling or39machining operations.40

41At bolted connections, both faying surfaces shall be at right angles to the bolt42axis, parallel to each other, and shall be in full contact in the assembled43condition. Full contact is defined as 90 percent of the outside and inside44perimeters of the splice plates being visually in contact. The outside surface45shall be inspected just inside the shell of the monotube and the inside shall be46inspected at the handhole. Splices shall be fabricated such that the required47camber remains continuous and smooth across the field splice.48

49Shop Assembly50Prior to galvanizing, the Contractor shall shop assemble the completed51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 164

structure lying on its side in an undeflected position to ensure correct alignment,1accuracy of holes, fit of joints, smooth camber profile, and the specified amount2of camber. The joints shall be bolted with a sufficient number of bolts tightened3snug tight to close the joints as they would be in the final field assembled4position and as specified in the Surfaces of Bolted Connections and Base5Plates subsection of this Special Provision. The Contractor shall not6disassemble the sign structure for galvanizing as specified until receiving the7Engineer's approval of the shop assembled structure.8

9Zinc Coating and Painting10All galvanized surfaces exposed to view after erection shall be shop painted or11shop powder coated in accordance with Section 6-07.3(11), except when the12Plans or Special Provisions require field painting only in accordance with13Sections 6-07.3(9)I and 6-07.3(11)A. Contact surfaces of the field bolted14connections shall be left as galvanized without any overcoat.15

16The color of the finish coat shall match color No. 35237 Federal Standard 59517latest edition when dry.18

19All galvanized surfaces specified to be painted or powder coated shall be20prepared for coating in accordance with the ASTM D 6386 and Section 6-2107.3(11). The method of preparation shall be as agreed upon by the paint or22powder coating manufacturer and the galvanizer.23

24After completing erection, the Contractor shall repair all metal surfaces with25damaged paint or powder coatings and exposed metal with a field repair26coating in accordance with Section 6-07.3(9)I and Section 6-07.3(11)A (for27paint) or Section 6-07.3(11)B (for powder coating). The color of the finish coat28of the field repair coating, when dry, shall match the color specified above.29

30Field Assembling31The Contractor shall furnish and install the vibration damper as shown in the32Plans. The damper shall be installed before the sign structure is erected.33

34Welding Inspector Qualification35The fabricator shop will provide a Certified Welding Inspector. The inspector36shall be a AWS Certified Welding Inspector (CWI) qualified and certified in37accordance with the provisions of AWS QCI Standard for Qualification and38Certification.39

40Welding Inspection41Welds for monotube sign structures shall be inspected using the methods42described below.43

441. Visual Inspection in accordance with Section 6-03.3(25)A1.45

462. Magnetic Particle Inspection in accordance with Section 6-47

03.3(25)A4.4849

3. Ultrasonic Inspection in accordance with Section 6-03.3(25)A3.5051

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 165

4. Dye-Penetrant or Magnetic Particle Inspection1The post to beam connection weld shall have 100 percent of its length2inspected using dye-penetrant or magnetic-particle testing techniques.3The inspection shall be performed after the root pass and after4completion of the weld.5

68-21.3(9)F Foundations7Section 8-21.3(9)F is supplemented with the following:8

9(******)10Shafts For Sign Structure Foundations11Shaft foundations for the sign structures at the following location(s) shall be12constructed in accordance with the following requirements, except that temporary13casing is not required by the Contracting Agency but is instead a Contractor option:14

15Not Applicable16

17Shaft foundations for the sign structures at the following location(s) shall be18constructed in accordance with the following requirements, including required use19of temporary casing:20

21Sign Bridge No. 1 at M Line Station 115+25.0022Sign Bridge No. 3 at M Line Station 124+59.2823

24Submittals25

26Contractor Project Reference and Personnel Experience Submittal27Prior to the start of shaft construction, the Contractor shall submit a Type282 Working Drawing consisting of a project reference list verifying the29completion by the Contractor of at least three separate shaft foundation30projects in the past 5 years with drilled shafts of diameters and depths31similar to or larger than those shown in the Plans and ground conditions32similar to those identified in the Contract. A brief description of each listed33project shall be provided along with the name and current phone number34of the project owner or the owner's Contractor.35

36Prior to the start of shaft construction, the Contractor shall submit a Type372 Working Drawing consisting of a list identifying the on-site supervisors,38and drill rig operators potentially assigned to the project. On-site39supervisors shall have a minimum 2 years’ experience in supervising40construction of shaft foundations, and drill rig operators shall have a41minimum 1 year experience in construction of shaft foundations. The list42shall contain a brief description of each individual's experience.43

44Shaft Installation Narrative Submittal45The Contractor shall submit a Type 3 Working Drawing consisting of a46shaft installation narrative. The narrative shall reference available47subsurface data provided in the contract test hole boring logs, and the48geotechnical report(s) prepared for this project. This narrative shall provide49the following information in a single complete submittal:50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 166

1. Proposed overall construction operation sequence.12

2. Description, size, and capacities of specific equipment that will3be available on site, including but not limited to cranes, drills,4auger, bailing buckets, final cleaning equipment and drilling unit.5The narrative shall describe why the equipment was selected,6and describe equipment suitability to the anticipated site7conditions and work methods. The narrative shall include a8project history of the drilling equipment demonstrating the9successful use of the equipment on shafts of equal or greater size10in similar soil/rock conditions. The narrative shall also include11details of shaft excavation and cleanout methods12

133. Details of the method(s) to be used to ensure shaft stability (i.e.,14

prevention of caving, bottom heave, etc. using temporary casing,15slurry, and other means) during excavation (including pauses and16stops during excavation) and concrete placement. Temporary17casing dimensions and detailed procedures for temporary casing18installation and removal, and methods of advancing temporary19casing with the excavation in accordance with this Special20Provision, shall be provided.21

224. Detailed procedures for mixing, using, and maintaining the slurry23

shall be provided. A detailed mix design (including all additives24and their specific purpose in the slurry mix), and a discussion of25its suitability to the anticipated subsurface conditions, shall also26be provided for the proposed slurry.27

28The submittal shall include a detailed plan for quality control of29the selected slurry, including tests to be performed, test methods30to be used, and minimum and/or maximum property31requirements which shall be met to ensure that the slurry32functions as intended, considering the anticipated subsurface33conditions and shaft construction methods, in accordance with34the slurry manufacturer's recommendations and this Special35Provision. As a minimum, the slurry quality control plan shall36include the following tests:37

38Property Test MethodDensity Mud Weight (Density), API 13B-1, Section 1Viscosity Marsh Funnel and Cup,

API 13B-1, Section 2.2PH Glass Electrode, pH Meter, or pH PaperSandContent

Sand, API 13B-1, Section 5

395. Description of the method used to fill or eliminate all voids below40

the top of shaft between the plan shaft diameter and excavated41shaft diameter.42

436. Reinforcing steel shop drawings, details of reinforcement44

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 167

placement, including bracing, centering, steel reinforcing bar1cage centralizers, and lifting methods, and the method to assure2the reinforcing cage position is maintained during construction.3

47. Details of concrete placement, including operational procedures5

for pumping methods, and a sample uniform yield form to be used6by the Contractor for plotting the approximate volume of concrete7placed versus the depth of shaft for all shaft concrete placement8(except concrete placement in the dry).9

108. Description of the material (either CDF or granular material) used11

to temporarily backfill a shaft excavation during a stoppage of the12excavation operation, as well as the method used to place and13remove the material.14

159. Storage and disposal plan for excavated material and drilling16

slurry (if applicable).17Synthetic Slurry Technical Representative Submittal18If synthetic slurry is used to construct the shafts, the Contractor shall19provide or arrange for technical assistance in the use of the synthetic slurry20as specified in the Slurry subsection of this Special Provision. As part of21the shaft installation narrative Working Drawing, the Contractor shall22submit one of the following:23

241. The name and current phone number of the synthetic slurry25

manufacturer's technical representative assigned to the project.2627

2. The name(s) of the Contractor’s personnel assigned to the project and28trained by the synthetic slurry manufacturer in the proper use of the29synthetic slurry. The submittal shall include a signed training30certification letter from the synthetic slurry manufacturer for each31trained Contractor’s employee listed, including the date of the training.32

33Quality Assurance34Shafts shall be constructed so that the center at the top of the shaft is within 435inches of the Plan location. Shafts shall be within 1.5 percent of plumb. Shaft36steel reinforcing bar placement tolerances shall conform to Section 6-3702.3(24)C.38

39A shaft preconstruction conference shall be held at least 5 working days prior40to the Contractor beginning any shaft construction work at the site to discuss41construction procedures, personnel, and equipment to be used, and other42elements of the approved shaft installation plan as specified elsewhere in this43Special Provision. Those attending shall include the superintendent, on site44supervisors, and all foremen in charge of excavating the shaft, placing the45casing and slurry as applicable, placing the steel reinforcing bars, and placing46the concrete, a representative of the concrete supplier, and the pump truck47operator. If synthetic slurry is used to construct the shafts, the synthetic slurry48manufacturer's representative and/or approved Contractor's employees trained49in the use of the synthetic slurry shall also attend.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 168

If the Contractor proposes a significant revision of the approved shaft1installation plan, as determined by the Engineer, the Engineer may require an2additional conference be held before any additional shaft construction3operations are performed.4

5Shaft Excavation6Once the shaft excavation operation has started, the excavation shall be7conducted in a continuous operation until the excavation of the shaft is8completed, except for pauses and stops as noted, using approved equipment9capable of excavating through the type of material expected.10

11Pauses, defined as momentary interruptions of the excavation operation, will12be allowed only for casing splicing, tooling changes, slurry maintenance, and13removal of obstructions. Shaft excavation operation interruptions not14conforming to this definition shall be considered stops. Stops for uncased or15partial depth cased excavations shall not exceed 16 hours in duration. Stops16for fully cased excavations shall not exceed 65 hours duration.17

18For stops exceeding the time durations specified above, the Contractor shall19stabilize the excavation using one or both of the following methods:20

211. Before the end of the work day, install casing in the hole to the22

depth of the excavation. The outside diameter of the casing shall23not be smaller than 6 inches less than either the Plan diameter of24the shaft or the actual excavated diameter of the hole, whichever25is greater. Prior to removing the casing and resumption of shaft26excavation, the annular space between the casing and the27excavation shall be sounded. If the sounding operation indicates28that caving has occurred, the casing shall not be removed and29shaft excavation shall not resume until the Contractor has30stabilized the excavation in accordance with item 3 of the shaft31installation narrative as approved by the Engineer.32

332. Backfill the hole with CDF or granular material as specified by the34

Contractor and approved by the Engineer in accordance with35item 8 of the shaft installation narrative. The Contractor shall36backfill the hole to the ground surface if the excavation is not37cased, or to a minimum of 5 feet above the bottom of casing if38the excavation is cased. Backfilling of shafts with casing fully39seated into rock, as determined by the Engineer, will not be40required.41

42During stops, the Contractor shall stabilize the shaft excavation to prevent43bottom heave, caving, head loss, and loss of ground. The Contractor bears full44responsibility for selection and execution of the method(s) of stabilizing and45maintaining the shaft excavation, in accordance with Section1-07.13. Shaft46stabilization shall conform to item 3 of the shaft installation narrative.47

48If slurry is present in the shaft excavation, the Contractor shall conform to the49requirements in the Slurry subsection of this Special Provision regarding the50maintenance of the slurry and the minimum level of drilling slurry throughout51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 169

the stop, and shall recondition the slurry to the required slurry properties prior1to recommencing shaft excavation operations.2

3Temporary casing shall be advanced during excavation operations within the4limits of temporary casing shown in the Plans for all sign structure shaft5foundation locations specified at the beginning of this Special Provision as6requiring temporary casing. Excavation in advance of the casing tip shall not7exceed 3 feet, except that in no case shall shaft excavation and casing8placement extend below the bottom of shaft excavation as shown in the Plans.9Unless partial depth temporary casing is shown in the Plans, temporary casing10shall be full depth of the sign bridge shaft.11

12The Contractor shall conduct casing installation operations and shaft13excavation operations such that the adjacent soil outside the casing and shaft14excavation for the full height of the shaft is not disturbed. Disturbed soil is15defined as soil whose geotechnical properties have been changed from those16of the original in-situ soil.17

18The Contractor shall use appropriate means such as a cleanout bucket, smooth19mouth grab, or air lift to clean the bottom of the excavation of all shafts. No20more than 2 inches of loose or disturbed material shall be present at the bottom21of the shaft just prior to placing concrete.22

23The excavated shaft shall be inspected and approved by the Engineer prior to24proceeding with construction. The bottom of the excavated shaft shall be25sounded with an airlift pipe, a tape with a heavy weight attached to the end of26the tape, or other means acceptable to the Engineer to determine that the shaft27bottom meets the requirements in the Contract.28

29When obstructions are encountered, the Contractor shall notify the Engineer30promptly. An obstruction is defined as a specific object (including, but not limited31to, boulders, logs, and manmade objects) encountered during the shaft32excavation operation which prevents or hinders the advance of the shaft33excavation. When efforts to advance past the obstruction to the design shaft tip34elevation result in the rate of advance of the shaft drilling equipment being35significantly reduced relative to the rate of advance for the portion of the shaft36excavation in the geological unit that contains the obstruction, then the37Contractor shall remove, break-up, or push aside, the obstruction under the38provisions of Section 8-21.5 as supplemented in these Special Provisions. The39method of dealing with such obstructions, and the continuation of excavation40shall be as proposed by the Contractor and approved by the Engineer.41

42The Contractor shall use slurry, as specified in the Slurry subsection of this43Special Provision, to maintain a stable excavation during excavation and44concrete placement operations once water begins to enter the shaft excavation45and remain present.46

47Slurry48If synthetic slurry is used, either a manufacturer's representative or a49Contractor’s employee trained in the use of the synthetic slurry, as approved50by the Engineer in accordance with the Submittals subsection of this Special51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 170

Provision, shall provide technical assistance for the use of the synthetic slurry,1shall be at the site prior to introduction of the synthetic slurry into the first drilled2hole requiring slurry, and shall remain at the site during the construction of the3first shaft excavated to adjust the slurry mix to the specific site conditions.4

5If the Contractor uses slurry in shafts installed below groundwater and in caving6or sloughing soils, the slurry level in the excavation shall be maintained above7the groundwater level the greater of the following dimensions, except as8otherwise noted for the special requirements for all stops in shaft excavation9operations:10

111. Not less than 10 feet,122. Dimension as required to provide and maintain a stable hole13

14The Contractor shall provide casing, or other means, as necessary to meet15these requirements.16

17The slurry level shall be maintained above all unstable zones a sufficient18distance to prevent bottom heave, caving or sloughing of those zones.19

20Throughout all stops in shaft excavation operations as defined in the Shaft21Excavation subsection of this Special Provision, the Contractor shall monitor22and maintain the slurry level in the excavation the greater of the following23elevations:24

251. No lower than the water level elevation outside the shaft262. Elevation as required to provide and maintain a stable hole27

28Synthetic slurry shall be mixed and thoroughly hydrated in slurry tanks, ponds,29or storage areas. The Contractor shall draw sample sets from the slurry storage30facility and test the samples for the conformance with the specified viscosity31and pH properties before beginning slurry placement in the drilled hole.32Synthetic slurry shall conform to the quality control plan included in the shaft33installation plan as approved by the Engineer. A sample set shall be composed34of samples taken at mid-height and within 2 feet of the bottom of the storage35area.36

37When synthetic slurry is used, the Contractor shall keep a written record of all38additives and concentrations of the additives in the synthetic slurry. These39records shall be provided to the Engineer once the slurry system has been40established in the first drilled shaft on the project. The Contractor shall provide41revised data to the Engineer if changes are made to the type or concentration42of additives during construction.43

44The Contractor shall sample and test all slurry in the presence of the Engineer,45unless otherwise directed. The date, time, names of the persons sampling and46testing the slurry, and the results of the tests shall be recorded. A copy of the47recorded slurry test results shall be submitted to the Engineer at the completion48of each shaft, and during construction of each shaft when requested by the49Engineer.50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 171

Sample sets of all slurry, composed of samples taken at mid-height and within12 feet of the bottom of the shaft and the storage area, shall be taken and tested2once every 4 hours minimum at the beginning and during drilling shafts and3prior to cleaning the bottom of the hole to verify the control of the viscosity and4pH properties of the slurry. As a minimum, sample sets of all slurry shall be5taken and tested at least once every 2 hours if the previous sample set did not6have consistent viscosity and pH properties. All slurry shall be recirculated, or7agitated with the drilling equipment, when tests show that the sample sets do8not have consistent specified properties. Cleaning of the bottom of the hole9shall not begin until tests show the samples taken at mid-height and within 210feet of the bottom of the hole have consistent viscosity and pH properties.11

12Sample sets of all slurry, as specified, shall be taken and tested to verify control13of the viscosity, pH, density, and sand content properties after final cleaning of14the bottom of the hole just prior to placing concrete. Placement of the concrete15shall not start until tests show that the samples taken at mid-height and within162 feet of the bottom of the hole have consistent specified properties.17

18The Contractor shall clean, recirculate, de-sand, or replace the slurry to19maintain the required slurry properties.20

21If stable conditions are not being maintained, the Contractor shall immediately22take action to stabilize the shaft. The Contractor shall submit a revised shaft23installation narrative which addresses the problem and prevents future24instability. The Contractor shall not continue with shaft construction until the25damage which has already occurred is repaired in accordance with the26specifications, and until receiving the Engineer's approval of the revised shaft27installation narrative.28

29The Contractor shall dispose of the slurry and slurry-contacted spoils as30specified in the shaft installation plan and in accordance with Section 6-3119.3(4)F.32

33Assembly and Placement Of Steel Reinforcing Bars34The steel reinforcing bar cage shall be rigidly braced to retain its configuration35during handling and construction.36

37The reinforcement shall be carefully positioned and securely fastened to38provide the minimum clearances listed below, and to ensure that no39displacement of the steel reinforcing bars occurs during placement of the40concrete. The reinforcing steel centralizers shall be placed at least at the41quarter points around the circumference of the steel reinforcing bar cage, and42located vertically at least at the 1/4 and 3/4 points of the shaft length below the43shaft cap.44

45The Contractor shall place bars as shown in the Plans with minimum concrete46cover of 3 inches for shafts with diameters of 3 feet or less, and 4 inches for47shafts with diameters greater than 3 feet.48

49Placing Concrete50Shaft concrete shall be Class 4000P. Concrete placement shall commence51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 172

immediately after completion of excavation by the Contractor and inspection by1the Engineer. Immediately prior to commencing concrete placement, the shaft2excavation and the properties of the slurry (if used) shall conform to the3excavation and slurry requirements specified elsewhere in this Special4Provision. Concrete placement shall be continuous until the Work is complete.5

6During concrete placement, the Contractor shall monitor, and minimize, the7difference in the level of concrete inside and outside of the steel reinforcing bar8cage. The Contractor shall conduct concrete placement operations to maintain9the differential concrete head as 1 foot -0 inch maximum.10

11When placing concrete in the dry, only the top 5 feet of concrete shall be12vibrated. The amount and extent of vibration shall be sufficient to assure13concrete flow to the outside of the shaft with full consolidation without causing14segregation to occur. Temporary casing shall be removed before vibration. This15requirement may be waived if the temporary casing is removed with a vibratory16hammer during the concrete placement operation. Vibration of the top 5 feet of17concrete does not affect the maximum slump allowed for the concrete class18specified.19

20If water is not present, the concrete shall be deposited through the center of21the reinforcement cage by a method which prevents segregation of aggregates22and splashing of concrete on the reinforcement cage. The concrete shall be23placed such that the free-fall is vertical down the center of the shaft without24hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage25bracing. The Section 6-02.3(6) restriction for 5 feet 0 inch maximum free-fall26shall not apply to placement of Class 4000P concrete into a shaft.27

28When placing concrete underwater, including when water in a shaft excavation29exceeds 3 inches in depth, the Contractor shall place the concrete by pressure30feed using a concrete pump with a watertight tube having a minimum diameter31of 4 inches. The discharge end of the tube on the concrete pump shall include32a device to seal out water while the tube is first filled with concrete. Alternatively,33the Contractor may use a plug that is inserted in the hopper of the concrete34pump and travels through the tremie to keep the concrete separated from the35water and slurry. Concrete placement by gravity feed is not allowed.36

37Throughout the underwater concrete placement operation, the discharge end38of the tube shall remain submerged in the concrete at least 5 feet and the tube39shall always contain enough concrete to prevent water from entering.40

41Before placing any fresh concrete against concrete deposited in water or slurry,42the Contractor shall remove all scum, laitance, loose gravel and sediment on43the upper surface of the concrete deposited in water or slurry and chip off any44high spots on the upper surface of the existing concrete that would prevent the45steel reinforcing bar cage from being placed in the position required by the46Plans.47

48The Contractor's construction operation in the vicinity of a drilled shaft49excavation with freshly placed concrete and curing concrete shall conform to50Section 6-02.3(6)D.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 173

1Except for shafts where the shaft concrete is placed in the dry, the Contractor2shall complete a uniform yield form, consistent with the sample form submitted3to the Engineer as part of the shaft installation plan, for each shaft and shall4submit the completed form to the Engineer within 24 hours of completing the5concrete placement in the shaft.6

7Casing Removal8As the temporary casing is withdrawn, the Contractor shall maintain the9concrete and slurry inside the casing at a level sufficient to balance the10hydrostatic pressure outside the casing. The Contractor shall completely11remove all temporary casings.12

138-21.4 Measurement14Section 8-21.4 is supplemented with the following:15

16(******)17Sign Bridges contain(s) the following approximate quantities of material and work:18

19Sign Bridge No. 120

21Excavation 37 C.Y.22Temporary Casing 44 L.F.23St. Reinf. Bar 5,034 LB.24Conc. Class 4000P and Class 4000 39 C.Y.25Structural Steel 59,930 LB.26

27Sign Bridge No. 228

29Removal and disposal of temp. Conc. Cap 2 ea30Structural Steel 55,057 LB.31

32Sign Bridge No. 333

34Excavation 37 C.Y.35Temporary Casing 44 L.F.36St. Reinf. Bar 5,034 LB.37Conc. Class 4000P and Class 4000 39 C.Y.38Structural Steel 56,047 LB.39

40The quantities are listed only for the convenience of the Contractor in determining the41volume of work involved and are not guaranteed to be accurate. The prospective bidders42shall verify these quantities before submitting a bid. No adjustments other than for approved43changes will be made in the applicable sign structure lump sum contract price even though44the actual quantities required may deviate from those listed.45

468-21.5 Payment47Section 8-21.5 is supplemented with the following:48

49(April 6, 2015)50“Removing Sign Structure Shaft Obstructions”, estimated.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 174

Payment for removing obstructions, as defined in Section 8-21.3(9)F as supplemented in1these Special Provisions, will be made for the changes in shaft construction methods2necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the3effort made and reach agreement on the equipment and employees utilized, and the number4of hours involved for each. Once these cost items and their duration have been agreed upon,5the payment amount will be determined using the rate and markup methods specified in6Section 1-09.6. For the purpose of providing a common proposal for all bidders, the7Contracting Agency has entered an amount for the item "Removing Sign Structure Shaft8Obstructions" in the bid proposal to become a part of the total bid by the Contractor.9

10If the shaft construction equipment is idled as a result of the obstruction removal work and11cannot be reasonably reassigned within the project, then standby payment for the idled12equipment will be added to the payment calculations. If labor is idled as a result of the13obstruction removal work and cannot be reasonably reassigned within the project, then all14labor costs resulting from Contractor labor agreements and established Contractor policies15will be added to the payment calculations.16The Contractor shall perform the amount of obstruction work estimated by the Contracting17Agency within the original time of the contract. The Engineer will consider a time adjustment18and additional compensation for costs related to the extended duration of the shaft19construction operations, provided:20

211. the dollar amount estimated by the Contracting Agency has been exceeded, and22

232. the Contractor shows that the obstruction removal work represents a delay to the24

completion of the project based on the current progress schedule provided in25accordance with Section 1-08.3.26

2728

Division 929Materials30

319-14 Erosion Control and Roadside Planting32

339-14.5 Erosion Control Devices34

359-14.5(6) Compost Socks36The first sentence of the first paragraph of Section 9-14.5(6) is deleted and replaced with the37following:38

39Compost socks shall of jute or coir fabric, with a minimum strand thickness of 5 mils.40

41(August 7, 2017)42Standard Plans43

The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-0144transmitted under Publications Transmittal No. PT 16-048, effective August 7, 2017 is made a part45of this contract.46

47The Standard Plans are revised as follows:48

49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 175

A-30.151DELETED2

3A-40.104Section View, PCCP to HMA Longitudinal Joint, callout, was – “Sawed Groove ~ Width 3/16”5(IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) MIN. ~ see Std. Spec. 5-04.3(12)B” is revised to6read; “Sawed Groove ~ Width 3/16” (IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) MIN. ~ see7Std. Spec. Section 5-04.3(12)A2”8

9A-50.1010Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.1011

12A-50.2013Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.1014

15A-50.3016Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1017

18A-60.3019Note 4, was – “If the ACP and membrane is to be removed from the bridge deck, see GSP20023106 for deck preparation before placing new membrane.” Is revised to read; “If the ACP21and membrane is to be removed from the bridge deck, see GSP 6-02.3(10)D.OPT6.GB6 for22deck preparation before placing new membrane.”23

24B-10.2025Substitute “step” in lieu of “handhold” on plan26

27B-25.2028Note 4, was – “Bolt-Down capability is required on all frames, grates and covers, unless29specified in the Contract. Provide two holes in the Frame that are vertically aligned with the30grate slots. The frame shall accept the 5/8” x 11 NC x 2” allen head cap screw by being31tapped, or other approved mechanism. The location of bolt-down holes varies among32manufacturers. See BOLT-DOWN DETAIL, Standard Plan B-30.10. Is revised to read; “Bolt-33Down capability is required on all frames, grates and covers, unless specified otherwise in34the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover35slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8” (in) - 11 NC x 2” (in) Allen36head cap screw by being tapped, or other approved mechanism. The location of bolt-down37holes varies by manufacturer.”38See BOLT-DOWN DETAIL, Standard Plan B-30.10.39

40Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements41

42B-30.7043Note 2, was – “Bolt-Down capability is required on all frames, grates and covers, unless44specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned45with the grate or cover slots. The frame shall accept the 5/8” -1 NC x 2” Allen head cap screw46by being tapped, or other approved mechanism. Location of bolt down holes varies by47manufacturer.” Is revised to read; “Bolt-Down capability is required on all frames, grates and48covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are49vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel50

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 176

(S.S.) 5/8” (in) - 11 NC x 2” (in) Allen head cap screw by being tapped, or other approved1mechanism. Location of bolt-down holes varies by manufacturer.”2

3RING PLAN, callout, was – “DRILL AND TAP 5/8” – 11NC HOLE FOR 1 1/2” X 5/8”4STAINLESS STEEL SOCKET HEAD CAP SCREW (TYP.)” is revised to read; “SEE NOTE52”6

7B-90.408Valve Detail - DELETED9

10C-16b11DELETED12

13C-22.1414Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 28” is revised to read:15“Elevation G = (Elevation S – D x (0.1) + 28/12”16

17C-22.1618Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 31” is revised to read:19“Elevation G = (Elevation S – D x (0.1) + 31/12”20

21C-22.4122DELETED23

24C-25.1825DELETED26

27D-10.1028Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic29barriers attached on top of the wall are considered non-standard and shall be designed in30accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated31in the 11/3/15 Bridge Design memorandum.32

33D-10.1534Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic35barriers attached on top of the wall are considered non-standard and shall be designed in36accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge37Design memorandum.38

39D-10.2040Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be41revised to read: The seismic design of these walls has been completed using a site adjusted42(effective) peak ground acceleration of 0.32g.43

44D-10.2545Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be46revised to read: The seismic design of these walls has been completed using a site adjusted47(effective) peak ground acceleration of 0.32g.48

49D-10.3050Wall Type 5 may be used in all cases.51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 177

1D-10.352Wall Type 6 may be used in all cases.3

4D-10.405Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic6barriers attached on top of the wall are considered non-standard and shall be designed in7accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge8Design memorandum.9

10D-10.4511Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic12barriers attached on top of the wall are considered non-standard and shall be designed in13accordance with the current WSDOT BDM and the revisions stated in the revisions stated in14the 11/3/15 Bridge Design memorandum.15

16D-15.1017STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are18withdrawn. Special designs in accordance with the current WSDOT BDM are required in19place of these STD Plans.20

21D-15.2022STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are23withdrawn. Special designs in accordance with the current WSDOT BDM are required in24place of these STD Plans.25

26D-15.3027STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are28withdrawn. Special designs in accordance with the current WSDOT BDM are required in29place of these STD Plans.30

31F-10.1232Section Title, was – “Depressed Curb Section” is revised to read: “Depressed Curb and33Gutter Section”34

35F-10.4036“EXTRUDED CURB AT CUT SLOPE”, Section detail - Deleted37

38F-10.4239DELETE – “Extruded Curb at Cut Slope” View40

41G-22.1042Sheet 2, Elevation , Three-Post Installation, Dimension, upper right, was – “.035” is revised43to read: “ 0.35X”44

45G-24.6046Sheet 1, View A, Dimension @ Bottom of sign, is = 3” is revised to read: 6”.47

48G-60.1049

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 178

Sheet 3, TYPICAL TRUSS DETAILS, BASE ~ TOP, callout, was – “15/16”(IN) DIAM. HOLES1FOR FOUR, 7/8” (IN) DIAM. BOLTS (ASTM A 325)” is revised to read: “15/16”(IN) DIAM.2HOLES FOR FOUR, 7/8” (IN) DIAM. BOLTS (ASTM F3125, GRADE A325)”3

45

G-90.106TOP VIEW, callout, was – “Vertical Brace ~ W4 x 13 steel (TYP.)(See Note 4)” is revised to7read; “Vertical Brace ~ W4 x 13 steel (TYP.)(See Note 3)”8

9G-95.1010Sheet 2, Detail “B”, Plan View, callout, was – “5/8” DIAM. ASTM A 325 H.S. BOLT W/HEAVY11HEX NUT AND WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6-03.3(33)” is revised12to read: “5/8” DIAM. ASTM F 3125, GRADE A325 H.S. BOLT W/HEAVY HEX NUT AND13WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6-03.3(33)”14

15H-70.2016Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I-70.10 is17revised to H-70.1018

19I-30.30208” Diameter Wattle Spacing Table, lower left corner, was –“Slope:1H : 1V, Maximum21Spacing:10’ – 0”” is revised to read: “Slope:1H : 1V, Maximum Spacing:8’ – 0””.22

23J-324DELETED25

26J-3b27DELETED28

29J-3C30DELETED31

32J-10.2133Note 18, was – “When service cabinet is installed within right of way fence, see Standard34Plan J-10.22 for details.” Is revised to read; “When service cabinet is installed within right of35way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan36J-10.22 for details.”37

38J-10.2239Key Note 1, was – “Meter base per serving utility requirements~ as a minimum, the meter40base shall be safety socket box with factory-installed test bypass facility that meets the41requirements of EUSERC drawing 305.” Is revised to read; “Meter base per serving utility42requirements~ as a minimum, the meter base shall be safety socket box with factory-installed43test bypass facility that meets the requirements of EUSERC drawing 305. When the utility44requires meter base to be mounted on the side or back of the service cabinet, the meter base45enclosure shall be fabricated from type 304 stainless steel.”46Key Note 4, “Test with (SPDT Snap Action, Positive close 15 Amp – 120/277 volt “T” rated).47Is revised to read: “Test Switch (SPDT snap action, positive close 15 amp – 120/277 volt “T”48rated).”49

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 179

Key Note 14, was – “Hinged dead front with ¼ turn fasteners or slide latch.” Is revised to1read; “Hinged dead front with ¼ turn fasteners or slide latch. ~ Dead front panel bolts shall2not extend into the vertical limits of the breaker array(s).”3Key Note 15, was – “Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See4Cabinet Main bonding Jumper detail, Standard Plan J-3b.“ is revised to read; “Cabinet Main5Bonding Jumper Assembly ~ Buss shall be 4 lug tinned copper ~ See Standard Plan J-10.206for Cabinet Main Bonding Jumper Assembly details.”7

8J-20.109Add Note 5, “5. One accessible pedestrian signal assembly per pedestrian pushbutton post.”10

11J-20.1112Sheet 2, Foundation Detail, Elevation, callout – “Type 1 Signal Pole” is revised to read: “Type13PS or Type 1 Signal Pole”14Sheet 2, Foundation Detail, Elevation, add note below Title, “(Type 1 Signal Pole Shown)”15Add Note 6, “6. One accessible pedestrian signal assembly per pedestrian pushbutton post.”16

17J-20.2618Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton19post.”20

21J-20.1622View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE23

24J-21.1025Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS ~26¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO27READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER28ASSEMBLY”29Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of30the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the312 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 432reinf. Bar.33Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of34the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 235½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 436reinf. Bar.37Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of38the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 239½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 440reinf. Bar.41Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of42the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 243½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 444reinf. Bar.45Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts46(see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque47Clamping Bolts (see Note 1)”48Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is49revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)”50

51

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 180

J-21.151Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE2~ 1 ½” (IN) DIAM.3

4J-21.165Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE6

7J-22.158Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0”9(2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE NIPPLE10~ 1 ½” (IN) DIAM.11

12J-26.2013Sheet 1, NOTES, Note 5, was - “Connecting/clamping bolts AASHTO M 164 (ASTM A325)”14is revised to read: “Connecting/clamping bolts ASTM F3125 GRADE A325”15

16Was - “NUTS AASHTO M 291 (ASTM A263) GRADE DH” is revised to read: “NUTS ASTM17A563 GRADE DH”18

19J-28.4320KEY notes, note 1, was – “CLAMPING BOLTS, 7/8” (IN) DIAM. HEX HEAD BOLT AND NUT,21TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS TORQUE22(THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM A325)” is revised23to read: “CLAMPING BOLTS, 7/8” (IN) DIAM. HEX HEAD BOLT AND NUT, TWO PLATE24WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS TORQUE (THREE25CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM F3125 GRADE A325)”26

27J-40.1028Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT29WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S.30FLAT WASHER”31

32J-60.1433All references to J-16b (6x) are revised to read; J-60.1134

35K-80.3036In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-3780.3538

39M-11.1040Layout, dimension (from stop bar to “X”), was – 23’ is revised to read; 24’41

42The following are the Standard Plan numbers applicable at the time this project was43advertised. The date shown with each plan number is the publication approval date shown44in the lower right-hand corner of that plan. Standard Plans showing different dates shall not45be used in this contract.46

47A-10.10-00........8/7/07 A-40.00-00.........8/11/09 A-50.30-00…....11/17/08A-10.20-00......10/5/07 A-40.10-03.........12/23/14 A-50.40-00…....11/17/08A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14A-20.10-00......8/31/07 A-40.20-04.........1/18/17 A-60.20-03.........12/23/14

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 181

A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-00..........11/8/07A-30.30-01......6/16/11 A-50.10-00…....11/17/08 A-60.40-00..........8/31/07A-30.35-00.......10/12/07 A-50.20-01…......9/22/09

1B-5.20-02........1/26/17 B-30.50-02.........1/26/17 B-75.20-01..........6/10/08B-5.40-02.........1/26/17 B-30.70-03.........4/26/12 B-75.50-01..........6/10/08B-5.60-02.........1/26/17 B-30.80-00...........6/8/06 B-75.60-00............6/8/06B-10.20-01........2/7/12 B-30.90-02........1/26/17 B-80.20-00.........6/8/06B-10.40-01........1/26/17 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06B-10.60-00........6/8/06 B-35.40-00..........6/8/06 B-82.20-00.........6/1/06B-10.70-00……1/26/17 B-40.20-00..........6/1/06 B-85.10-01.........6/10/08B-15.20-01........2/7/12 B-40.40-02........1/26/17 B-85.20-00..........6/1/06B-15.40-01........2/7/12 B-45.20-01..........7/11/17 B-85.30-00..........6/1/06B-15.60-02........1/26/17 B-45.40-01..........7/21/17 B-85.40-00..........6/8/06B-20.20-02.......3/16/12 B-50.20-00..........6/1/06 B-85.50-01.........6/10/08B-20.40-03.......3/16/12 B-55.20-01..........1/26/17 B-90.10-00..........6/8/06B-20.60-03.......3/15/12 B-60.20-00..........6/8/06 B-90.20-00..........6/8/06B-25.20-01........3/15/12 B-60.40-00..........6/1/06 B-90.30-00..........6/8/06B-25.60-01.........1/26/17 B-65.20-01..........4/26/12 B-90.40-01..........1/26/17B-30.10-02.........1/26/17 B-65.40-00..........6/1/06 B-90.50-00..........6/8/06B-30.20-03.........1/26/17 B-70.20-00..........6/1/06 B-95.20-01..........2/3/09B-30.30-02.........1/26/17 B-70.60-01..........1/26/17 B-95.40-00..........6/8/06B-30.40-02..........1/26/17

2C-1....................7/12/16 C-6...................7/15/16 C-23.60-04........7/21/17C-1a.................7/14/15 C-6a................10/14/09 C.24.10-01........6/11/14C-1b...................7/14/15 C-6c.................7/15/16 C-25.20-06........7/14/15C-1c..................7/12/16 C-6d...................7/15/16 C-25.22-05........7/14/15C-1d................10/31/03 C-6f...................7/15/16 C-25.26-03........7/14/15C-2....................1/6/00 C-7.....................6/16/11 C-25.80-04........7/15/16C-2a..................6/21/06 C-7a...................6/16/11 C-40.14-02........7/2/12C-2b..................6/21/06 C-8.....................2/10/09 C-40.16-02........7/2/12C-2c..................6/21/06 C-8a...................7/25/97 C-40.18-03........7/21/17C-2d..................6/21/06 C-8b....................2/29/16 C-70.10-01........6/17/14C-2e..................6/21/06 C-8e....................2/21/07 C-75.10-01........6/11/14C-2f...................3/14/97 C-8f.....................6/30/04 C-75.20-01........6/11/14C-2g..................7/27/01 C-10....................7/15/16 C-75.30-01........6/11/14C-2h..................3/28/97 C-16a.................7/21/17 C-80.10-01........6/11/14C-2i...................3/28/97 C-20.10-04.........7/21/17 C-80.20-01........6/11/14C-2j...................6/12/98 C-20.11-00……..7/21/17 C-80.30-01........6/11/14C-2k..................7/12/16 C-20.14-03..........6/11/14 C-80.40-01........6/11/14C-2n..................7/12/16 C-20.15-02..........6/11/14 C-80.50-00........4/8/12C-2o..................7/13/01 C-20.18-02..........6/11/14 C-85.10-00........4/8/12C-2p................10/31/03 C-20.19-02..........6/11/14 C-85.11-00........4/8/12C-3...................7/2/12 C-20.40-06..........7/21/17 C-85.14-01........6/11/14C-3a.................10/4/05 C-20.41-01..........7/14/15 C-85.15-01........6/30/14C-3b................6/27/11 C-20.42-05..........7/14/15 C-85.16-01........6/17/14C-3c................6/27/11 C-20.45.01...........7/2/12 C-85-18-01........6/11/14C-4b..................7/15/16 C-22.14-04........7/15/16 C-85.20-01........6/11/14C-4e..................7/15/16 C-22.16-06........7/21/17 C-90.10-00........7/3/08C-4f...................7/2/12 C-22.40-06........7/21/17

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 182

C-22.45-03........7/21/171

D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02……5/9/16D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01......12/2/08D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-00.........7/8/08D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-00.........7/8/08D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01......12/2/08D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08D-2.44-00........11/10/05 D-3.10-01……5/29/13 D-15.10-01......12/2/08D-2.60-00........11/10/05 D-3.11-03……6/11/14 D-15.20-03........5/9/16D-2.62-00........11/10/05 D-3.15-02……6/10/13 D-15.30-01......12/02/08D-2.46-01........6/11/14 D-3.16-02……5/29/13

2E-1....................2/21/07 E-4....................8/27/03E-2....................5/29/98 E-4a..................8/27/03

3F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16F-10.18-01.........7/11/17 F-30.10-03........6/11/14 F-45.10-02........7/15/16F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16F-10.42-00.........1/23/07 F-40.14-03........6/29/16

4G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-90.10-03……7/11/17G-20.10-02........6/23/15 G-30.10-04.......6/23/15 G-90.11-00……4/28/16G-22.10-03..........7/10/15 G-50.10-02.......6/23/15 G-90.20-05……7/11/17G-24.10-00......11/8/07 G-60.10-03.......6/18/15 G-90.30-04……7/11/17G-24.20-01......2/7/12 G-60.20-02.......6/18/15 G-90.40-02……4/28/16G-24.30-01......2/7/12 G-60.30-02.......6/18/15 G-95.10-01........6/2/11G-24.40-06.....2/29/16 G-70.10-03.......6/18/15 G-95.20-02........6/2/11G-24.50-04.....7/11/17 G-70.20-04.......7/21/17 G-95.30-02........6/2/11G-24.60-04.....6/23/15 G-70.30-04.......7/21/17

5H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12

6I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07I-30.10-02.........3/22/13 I-30.30-01.........6/10/13 I-50.20-01..........6/10/13I-30.15-02.........3/22/13 I-30.40-01.......6/10/13 I-60.10-01..........6/10/13I-30.16-00.........3/22/13 I-30.60-00.........5/29/13 I-60.20-01..........6/10/13I-30.17-00.........3/22/13 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16

7J-10..................7/18/97 J-26.20-00…..6/11/14 J-40.38-01.......5/20/13J-10.10-03……6/3/15 J-27.10-01…..7/21/16 J-40.39-00……5/20/13J-10.15-01........6/11/14 J-27.15-00…..3/15/12 J-40.40-01……4/28/16J-10.16-00……6/3/15 J-28.10-01......5/11/11 J-45.36-00……7/21/17

Special ProvisionsTulalip Tribes Bid Solicitation No. 17-007 I-5/116TH ST NE INTERCHANGE IMPROVEMENTS PHASE 4 RAMPS

September 2017 The Tulalip Tribes of Washington SP - 183

J-10.17-00……6/3/15 J-28.22-00.......8/07/07 J-50.05-00……7/21/17J-10.18-00……6/3/15 J-28.24-01.......6/3/15 J-50.10-00…….6/3/11J-10.20-01……6/1/16 J-28.26-01......12/02/08 J-50.11-01…….7/21/17J-10.21-00……6/3/15 J-28.30-03......6/11/14 J-50.12-01…….7/21/17J-10.22-00........5/29/13 J-28.40-02......6/11/14 J-50.15-01…….7/21/17J-10.25-00……7/11/17 J-28.42-01.......6/11/14 J-50.16-01…….3/22/13J-15.10-01........6/11/14 J-28.43-00.......6/11/14 J-50.20-00…….6/3/11J-15.15-02……7/10/15 J-28.45-03.......7/21/16 J-50.25-00…….6/3/11J-20.10-03........6/30/14 J-28.50-03.......7/21/16 J-50.30-00…….6/3/11J-20.11-02........6/30/14 J-28.60-02.......7/21/16 J-60.05-01…….7/21/16J-20.15-03........6/30/14 J-28.70-03.......7/21/17 J-60.11-00…....5/20/13J-20.16-02........6/30/14 J-29.10-01.......7/21/16 J-60.12-00…....5/20/13J-20.20-02........5/20/13 J-29.15-01.......7/21/16 J-60.13-00…....6/16/10J-20.26-01........7/12/12 J-29.16-02.......7/21/16 J-60.14-00……6/16/10J-21.10-04......6/30/14 J-30.10-00…...6/18/15 J-75.10-02……7/10/15J-21.15-01......6/10/13 J-40.05-00……7/21/16 J-75.20-01……7/10/15J-21.16-01......6/10/13 J-40.10-04…...4/28/16 J-75.30-02…….7/10/15J-21.17-01......6/10/13 J-40.20-03…...4/28/16 J-75.40-02……6/1/16J-21.20-01......6/10/13 J-40.30-04……4/28/16 J-75.41-01……6/29/16J-22.15-02......7/10/15 J-40.35-01……5/29/13 J-75.45-02……6/1/16J-22.16-03......7/10/15 J-40.36-02……7/21/17 J-90.10-02…….4/28/16J-26.10-03…..7/21/16 J-40.37-02……7/21/17 J-90.20-02…….4/28/16J-26.15-01…..5/17/12 J-90.21-01……4/28/16

1K-70.20-01.......6/1/16K-80.10-01.......6/1/16K-80.20-00.....12/20/06K-80.30-00.......2/21/07K-80.35-00.......2/21/07K-80.37-00.......2/21/07

2L-10.10-02........6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08L-30.10-02........6/11/14 L-40.20-02........6/21/12

3M-1.20-03.........6/24/14 M-12.10-00……7/11/17 M-40.10-03......6/24/14M-1.40-02.........6/3/11 M-15.10-01........2/6/07 M-40.20-00...10/12/07M-1.60-02.........6/3/11 M-17.10-02........7/3/08 M-40.30-01......7/11/17M-1.80-03.........6/3/11 M-20.10-02........6/3/11 M-40.40-00......9/20/07M-2.20-03.........7/10/15 M-20.20-02........4/20/15 M-40.50-00......9/20/07M-2.21-00……7/10/15 M-20.30-04........2/29/16 M-40.60-00......9/20/07M-3.10-03.........6/3/11 M-20.40-03........6/24/14 M-60.10-01......6/3/11M-3.20-02.........6/3/11 M-20.50-02........6/3/11 M-60.20-02......6/27/11M-3.30-03.........6/3/11 M-24.20-02.......4/20/15 M-65.10-02......5/11/11M-3.40-03.........6/3/11 M-24.40-02.......4/20/15 M-80.10-01......6/3/11M-3.50-02.........6/3/11 M-24.50-00.......6/16/11 M-80.20-00......6/10/08M-5.10-02.........6/3/11 M-24.60-04.......6/24/14 M-80.30-00......6/10/08M-7.50-01.........1/30/07 M-24.65-00……7/11/17M-9.50-02.........6/24/14 M-24.66-00……7/11/17M-9.60-00……..2/10/09M-11.10-02........7/11/17